DEPARTMENT OF ROADS AND TRANSPORT - … 118 02 2017... · department of roads and transport tender...

244
DEPARTMENT OF ROADS AND TRANSPORT TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS AND INSTALLATION AND MAINTENANCE OF SECURITY LILGHTS ON VARIOUS PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE REGIONS IN THE GAUTENG PROVINCE PROCUREMENT DOCUMENT FEBRUARY 2017 ISSUED BY: HEAD OF DEPARTMENT DEPARTMENT OF ROADS AND TRANSPORT PRIVATE BAG X83 MARSHALLTOWN 2107 NAME OF TENDERING ENTITY:.…..………….............…………………….................. ADDRESS: ............…………….…..………….............…………….............……………….. TEL NO. .…........................………………… FAX NO. …................………………… TOTAL OF PRICES INCLUSIVE OF VALUE ADDED TAX: R………………………………………………..………………………

Transcript of DEPARTMENT OF ROADS AND TRANSPORT - … 118 02 2017... · department of roads and transport tender...

DEPARTMENT OF ROADS AND TRANSPORT

TENDER NUMBER: DRT 118/02/2017

MAINTENANCE OF PROVINCIAL STREET LIGHTS AND INSTALLATION

AND MAINTENANCE OF SECURITY LILGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3)

YEARS: ALL FIVE REGIONS IN THE GAUTENG PROVINCE

PROCUREMENT DOCUMENT

FEBRUARY 2017

ISSUED BY:

HEAD OF DEPARTMENT

DEPARTMENT OF ROADS AND TRANSPORT

PRIVATE BAG X83

MARSHALLTOWN

2107

NAME OF TENDERING ENTITY:.…..………….............……………………..................

ADDRESS: ............…………….…..………….............…………….............………………..

TEL NO. .…...........….............………………… FAX NO. ….......….........…………………

TOTAL OF PRICES INCLUSIVE OF VALUE ADDED TAX:

R………………………………………………..………………………

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

CONTENTS Colour

THE TENDER

PART T1 : TENDERING PROCEDURES

T1.1 TENDER NOTICE AND INVITATION TO TENDER White

T1.2 TENDER DATA Pink

PART T2 : RETURNABLE DOCUMENTS

T2.1 LIST OF RETURNABLE DOCUMENTS Yellow

T2.2 RETURNABLE SCHEDULES Yellow

THE CONTRACT

PART C1 : AGREEMENTS AND CONTRACT DATA

C1.1 FORM OF OFFER AND ACCEPTANCE White

C1.2 CONTRACT DATA White

C1.3 OTHER CONTRACT FORMS White

PART C2 : PRICING DATA

C2.1 PRICING INSTRUCTIONS Yellow

C2.2 PRICING SCHEDULE Yellow

PART C3 : SCOPE OF WORK Blue

C3.1 SCOPE OF WORK

PART C4 : SITE INFORMATION Blue

C4.1 SITE INFORMATION

Part T1: Tendering Procedures T1.1

Reference no. DRT 118/02/2017

Part T1.1 Tender Notice and Invitation to Tender

The Department of Roads and Transport of the Gauteng Provincial Government invites tenders for

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Compulsory / mandatory tender requirements:

Complete, sign and submit the compulsory SBD documents, SBD 4, SBD 6.1, SBD 8 and SBD

9 which form part of the tender document

Attached proof of registration with the Construction Industry Development Board (CIDB) of 8 EP

or higher.

Bidders must attend the compulsory site briefing as indicated above. The attendance register

must be completed and will used as proof of attendance.

The proof of ECSA registration as Professional Engineer (electrical) must be submitted. Failure

to submit proof of registration with ECSA will render the tenderer disqualified.

Proof of registration at SACPCMP for the Traffic Safety Officer must be submitted. Failure to submit proof of SACPCMP registration will render the tenderer disqualified. (If the traffic safety officer has submitted their registration information to The South African Council for the Project and Construction Management Professions (SACPCMP) and is pending due to a backlog within the Council, the respective individual’s submission information as part of the tender submission will be accepted provided proof of application for registration for the Construction Health and Safety discipline from SACPCMP is submitted with, as part of the tender submission)

NB: Bidders who are listed in the National Treasury register of defaulters and restricted

suppliers will be automatically disqualified.

Valid Tax Clearance Certificate (A trust, consortium or joint venture must submit consolidated

Tax Clearance or tax clearance of each partner in the trust, consortium or joint venture),

Company registration Documents CIPC (Company Intellectual Property Commission)

Valid B-BBEE Verification Certificate (failure to submit a B-BBEE certificate will result in the

bidder receiving zero preference points for B-BBEE). The submission of a fraudulent B-BBEE

certificate will result in the bidder being disqualified and criminal proceedings being instituted

against the bidder. The bidder, the shareholders and / or directors will further be restricted from

doing business with any organ of the state for a maximum period of 10 years.

Certified ID copies of ALL the shareholders, members OR trustees of the business. (NB: the

date of certification must be less than 3 months from the date of the bid closure).

A non-refundable payment of R500 (Five Hundred Rand) per tender document is payable in cash or debit

card, payable between 09:00 and 15:00 at our Finance Section of the Gauteng Department of Roads and

Transport located on the 8th Floor North Tower, 41 Simmonds Street.

T1.2

Part T1: Tendering Procedures

Reference no. DRT 118/02/2017

Tender Documents (limited number), on proof of payment can be collected on the 7th Floor North

Tower, 41 Simmonds Street between 9:00 and 15:00. Tender documents will be available from

00 February 2016.

For the availability of the bid document and technical specification enquiries contact Supply Chain

Management (SCM) on the following @ 011 355 7335 or 011 870 9862/3 or

[email protected]

OR Alternatively

Prospective Tenderers can download and print their own version of the tender document by

accessing the eTender Publication Portal website. Tenderers are advised to ensure that all

tender documents are properly bound upon submission on the closing date. Failure to submit all

the pages of the Tender document MAY result in the tenderer either being disqualified or

forfeiting the available points on functionality, depending on the nature of the omission.

Tenderers’ Meeting

A compulsory tenderers’ clarification meeting with representatives of Gauteng Department of Roads and

Transport will take place on 28 July 2017 at 13:00 at Main Boardroom,1215 Nico Smith (previously

Michael Brink) Street, Koedoespoort , Pretoria. Latecomers will not be admitted to the clarification

meeting and their tender submissions shall be regarded as non-responsive.

Submission of Tenders

The closing time for receipt of tenders is 11h00 on 11 August 2017

Electronic submissions of Tenders will NOT be accepted.

Telegraphic, telephone, telex, facsimile, emails of tenders and late tenders will not be accepted.

Clearly numbered tender documents together with all applicable attachments must be deposited

at the tender box in the foyer of Sage Life Building, 41 Simmonds Street, Johannesburg not later

than 11h00 on the closing date indicated above.

Requirements for sealing, addressing, delivery, opening and assessment of tenders are stated in the

tender data.

The Department reserves the right to cancel / not award this tender.

Part T1: Tendering Procedures T1.3

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Part T1.2 Tender Data

The conditions of tender are the Standard Conditions of Tender as contained in Annex F of the CIDB

Standard for Uniformity in Construction Procurement (June 2009). (See www.cidb.org.za).

The Standard Conditions of Tender make several references to the Tender Data for details that apply

specifically to this tender. The Tender Data shall have precedence in the interpretation of any ambiguity

or inconsistency between it and the standard conditions of tender.

Each item of data given below is cross-referenced to the clause in the Standard Conditions of Tender to

which it mainly applies.

Part T1: Tendering Procedures T1.4

Reference no. DRT 118/02/2017

Clause

number Tender Data

F.1.1 The employer is the Department of Roads and Transport, Chief Directorate Maintenance of the Gauteng

Provincial Government, Private Bag X83, Marshall Town.

F.1.2 The Tender Documents issued by the employer comprise the following documents:

THE TENDER

Part T1: Tendering procedures

T1.1 - Tender notice and invitation to tender

T1.2 - Tender data

Part T2: Returnable documents

T2.1 - List of returnable documents

T2.2 - Returnable schedules

THE CONTRACT

Part C1: Agreements and Contract data

C1.1 - Form of offer and acceptance

C1.2 - Contract data

C1.3 - Other Contract Forms

Part C2: Pricing data

C2.1 - Pricing instructions

C2.2 - Pricing Schedule

Part C3: Scope of work

C3 - Scope of work

Part C4: Site Information

•C4 Site Information

Part C5: Annexure

•C5 Annexure

F.2.1 Only tenderers, who are registered with the Construction Industry Development Board with a contractor grading

designation of 8 EP or higher, are eligible to tender.

F.2.7 The arrangements for a compulsory clarification meeting are:

Venue: Main Boardroom, 1215 Nico Smith Street, Koedoespoort , Pretoria

Date: 28 July 2017 starting at 13:00

Tenderers should note that only Technical competent person/s employed by the Tenderer is to attend the

clarification meeting.

F.2.12

No alternative tenders will be considered.

F.2.13.1 Tenderers are to submit one tender only, either as a single tendering entity or as a member of a Joint Venture.

F2.13.3 Each tender offer communicated on paper shall be submitted as an original, plus 0 copies.

F.2.13.4 Submit only the signed original tender

F.2.13.5 The employer’s details and address for delivery of tender offers and identification details that are to be shown on

Part T1: Tendering Procedures T1.5

Reference no. DRT 118/02/2017

Clause

number Tender Data

F.2.15.1 each tender offer package are:

Location of tender box: Foyer of Sage Life Building

Physical address: 41 Simmonds Street, Johannesburg.

Identification details: TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET

LIGHTS AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS PROVINCIAL

ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE REGIONS IN THE GAUTENG

PROVINCE

F2.13.6 A two-envelope procedure will not be followed.

F.2.15 The closing time for submission of tender offers is as stated in the Tender Notice and Invitation to Tender.

F.2.15 No telegraphic, telephonic, telex, facsimile or electronic tender offers will be accepted.

F.2.16 The tender offer validity period is 90 days.

F.2.20 The tenderer is required to submit with his tender a letter of intent from an approved insurer undertaking

to provide the Form of Guarantee to the format included in Part T2.2 of this procurement document.

F.2.23

The tenderer is required to submit with his tender the following documents:

Complete, sign and submit the compulsory SBD documents, SBD 4, SBD 6.1, SBD 8 and SBD 9 which form

part of the tender document

Attach proof of registration with the Construction Industry Development Board (CIDB) of 8 EP or higher.

Bidders must attend the compulsory site briefing as indicated above. The attendance register must be

completed and will be used as proof of attendance.

The proof of ECSA registration as Professional Engineer (electrical) must be submitted. Failure to submit

proof of registration with ECSA will render the tenderer disqualified. (If the traffic safety officer has submitted

their registration information to The South African Council for the Project and Construction Management

Professions (SACPCMP) and is pending due to a backlog within the Council, the respective individual’s

submission information as part of the tender submission will be accepted provided proof of application for

registration for the Construction Health and Safety discipline from SACPCMP is submitted with, as part of the

tender submission)

NB: Bidders who are listed in the National Treasury register of defaulters and restricted suppliers will

be automatically disqualified.

Valid tax clearance certificate (A trust, consortium or joint venture must submit consolidated Tax Clearance

or tax clearance of each partner in the trust, consortium or joint venture),

Company Registration Documents CIPC (Company Intellectual Property Commission)

Valid B-BBEE Verification Certificate (failure to submit a B-BBEE certificate will result in the bidder

receiving zero preference points for B-BBEE). The submission of a fraudulent B-BBEE certificate will result in

the bidder being disqualified and criminal proceedings being instituted against the bidder. The bidder, the

shareholders and / or directors will further be restricted from doing business with any organ of the state for a

maximum period of 10 years.

Certified ID copies of ALL the shareholders, members OR trustees of the business. (NB: the date of

certification must be less than 3 months from the date of the bid closure).

F.2.24 Bidders should note the following:

Material should be sourced locally (within South African borders)

Bidders are requested to submit contactable references for verification

Where tendered amounts of critical materials are considerably less than the expected market rate the Employer reserves the right to request quotations from the supplier used in the compilation of the bid

The Department reserves the right to conduct site visits and interview officials whose qualifications have been submitted for verification.

Part T1: Tendering Procedures T1.6

Reference no. DRT 118/02/2017

Clause

number Tender Data

Proof of registration on the National Centralised Supplier Database (CSD). Only suppliers who are registered on CSD will be considered for appointment

Recommended bidders will be subject to supplier security screening processes. Only suppliers who obtain security clearance will be considered for appointment.

Potential suppliers must note that in terms of Departmental policy, the Department reserves the right to cancel and blacklist any supplier for a period of at least 12 months if the supplier fails to adequately perform in terms of the awarded contract

The tender validity period is 90 days. However, the Department reserves the right to request all tenderers to extended such validity period should the need arise.

1 % Guarantee will be payable by the successful tenderer within 14 days after awarding of the tender.

All items in the Bill of Quantities need to be completed separately. No grouping of items with a single lump sum will be allowed.

For a joint venture, a consolidated company registration, agreement, CIDB certificate and BBBEE certificate must be attached to the Tender Document. (Where applicable).

Prospective tenderers should be represented at the compulsory site meeting by suitable / qualified and experienced individuals who can fully comprehend the implications of the work involved.

For a joint venture, a consolidated company registration, CIDB certificate and B-BBEE certificate must be attached to the Tender Document. (Where applicable)

F.3.4

Tenders will be opened immediately after the closing time for tenders at 11:00.

F.3.11 The procedure for the evaluation of responsive tenders is Method 2

The financial offer will be scored using Formula 2 (option 1) where the value of W1 is:

1) 90 where the financial value inclusive of VAT of all responsive tenders received have a value in excess of

R50 000 000 or

2) 80 where the financial value inclusive of VAT of one or more responsive tender offers have a value that

equals or is less than R50 000 000

Up to 100 minus W1 tender evaluation points will be awarded to tenderers who submit responsive tenders and

who are found to be eligible for the preference claimed. Points are based on a tenderer’s scorecard measured

in terms of the Broad-Based Black Economic Empowerment Act (B-BBEE, Act 53 of 2003) and the Regulations

(2009) to the Preferential Procurement Policy Framework Act (PPPFA, Act 5 of 2000).

The Employer adheres to all relevant Acts, including the Black Economic Empowerment Act no. 53 of

2003, Preferential Procurement Policy Framework Act no. 5 of 2000, and Employment Equity Act no. 55 of

1998.

Tenders shall be awarded on the basis of a principle that work shall be fairly or equitably distributed

amongst contractors/entities that have not been awarded contracts previously.

In terms of Preferential Procurement Regulations of 2017, the 90/10 preference point system is applicable.

Broad-Based Black Economic Empowerment (B-BBEE) requires that bidders submit original and valid B-

BBEE Status-Level Verification Certificates or certified copies thereof to substantiate their B-BBEE rating

claims. Failure to submit such a certificate will result in the bidder not qualifying for preference points for B-

BBEE. The bidders must submit verification certificates that are accredited by:

SANAS (South African National Accreditation System)

IRBA (Independent Regulatory Board of Auditors).

Part T1: Tendering Procedures T1.7

Reference no. DRT 118/02/2017

Clause

number Tender Data

B-BBEE Status Level of

Contributor

Number of Points

(90/10System)

Number of Points

(80/20 System)

1 10 20

2 9 18

3 8 14

4 5 10

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor 0 0

A Trust, Consortium or Joint Venture must obtain and submit a consolidated B-BBEE Status Level Verification

Certificate with their bids.

Part T1: Tendering Procedures T1.8

Reference no. DRT 118/02/2017

Clause

number Tender Data

F.3.13.1 FUNCTIONALITY CRITERIA

Key personnel

(Max 30 points)

Bidders MUST complete the T2.13, T2.14,

T2.15 and T2.16 forms attached in the

tender document for key personnel and

MUST clearly indicate street- and highway

lighting experience, project description,

duration and contactable references. NB:

(Failure to complete the T2.13, T2.14, T2.15

and T2.16 forms and certified

qualifications and registration documents

will result in the bidder getting zero

points)

Company relevant

experience of tenderer.

(Max 30 points)

(Failure to submit required

completion certificates will

result in the bidder getting

zero points)

Quality Control and Project

plan and Proof of Plant

ownership

(Max 20 points) (Failure to submit relevant

documents and attachments will result in

the bidder getting zero points)

Bank Rating

(Max 20 points)

(Failure to submit

proof of bank rating

from the relevant bank

will result in the bidder

getting zero points)

Contract Manager: with Diploma or higher

qualification in Electrical Engineering, with

relevant experience in streetlight installation

and maintenance with ECASA registration

(Electrical Contractor Association of South

Africa) (Attach proof of ECASA registration

and Trade Test Certificate)

(Max 10 points)

Experience:

5 years or more experience

(10 points)

3 to less than 5 years’ experience

( 7 points)

1 to less than 3 years’ experience

( 5 points)

0 to less than 1 years’ experience

( 0 points)

Site Agent: with NQF 5 or higher qualification

in Electrical Engineering, with relevant skills

and experience in streetlight installation and

maintenance (Attach proof of qualification)

(Max 10 Points)

Experience:

5 years or more experience

(10 points)

3 to less than 5 years’ experience

( 7 points)

1 to less than 3 years’ experience

( 5 points)

0 to less than 1 years’ experience

( 0 points)

Traffic Safety Officer: a qualified / certified Traffic Safety Officer. The Traffic Safety Officer with road construction experience, before and after qualification, will be assessed as follows: (Attach certified qualification and proof of registration with SACPCMP) (If the traffic safety officer has submitted their registration information to The South African Council for the Project and Construction Management Professions (SACPCMP) and is pending due to a backlog within the Council, the

Previously completed

installation and maintenance of

streetlights with contactable

references within the past five

(5) years: (Max 30 points)

5 or more projects

completed:

(30 points)

3 to less than 5 projects

completed:

(20 points)

1 to less than 3 projects

completed:

(10 points)

0 project completed:

(0 points)

(If a completion certificate

does not stipulate the

contract amount, then the

tenderer should include a

completion certificate and

appointment letter linked to

the completion certificate.

Failure to stipulate the

project value and

certification thereof will

result in points not being

awarded.)

1 proje

Project Plan: (Max

10 points)

Briefly outline: project plan

indicating time allocations,

milestones, cost predictions

and resources related to

streetlight maintenance:

Work program and

sequence of activities

(4 points)

Resources and

materials required and

how they will be utilised

(4 points)

Plant and equipment as

per page C1.1 in the

tender document (2

points)

1 proj

Quality Control Plan: (Max

10 points)

Briefly outline: quality control

procedure plan indicating the

following:

Procedures on

installation

(5 points)

Procedures of testing

of electrical systems (5

points)

1 proje

Rating A: (20 points)

Rating B: (10 points)

Rating C: (5 points)

Rating D to H:

(0 points)

Part T1: Tendering Procedures T1.9

Reference no. DRT 118/02/2017

Clause

number Tender Data

respective individual’s submission information as part of the tender submission will be accepted provided proof of application for registration for the Construction Health and Safety discipline from SACPCMP is submitted with, as part of the tender submission)

(Max 10 points)

Experience:

5 years or more experience

(10 points)

3 to less than 5 years’ experience

( 7 points)

1 to less than 3 years’ experience

( 5 points)

0 to less than 1 years’ experience

( 0 points)

NB: The key personnel must be permanently

based on the site for the duration of the

project. An official is not permitted to perform

a dual role i.e. the bidder cannot nominate an

official more than once as a key personnel.

Functionality will be scored out of 100 points and the minimum threshold to qualify is 70 points. Bidders

who fail to meet the minimum threshold will not be considered for further evaluation.

• Potential suppliers must note that in terms of Departmental policy, the Department reserves the

right to cancel and blacklist any supplier for a period of at least 12 months if the supplier fails to

adequately perform in terms of the awarded contract.

Tender offers will only be accepted if:

a) The tenderer submits a valid Tax Clearance Certificate in the name of the tendering entity as issued by the

South African Revenue Services or has made arrangements to meet outstanding tax obligations;

b) The proposed Guarantor must complete the form of intent to provide a Guarantee to the tenderer on

the format included in Part 2.2 of this procurement document.

c) The tenderer or any of its directors/shareholders is not listed on the Register of Tender Defaulters in terms

of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing

business with the public sector;

d) The tenderer has not;

i) abused the Employer’s Supply Chain Management System; or

ii) failed to perform on any previous contract and has been given a written notice to this effect;

and

e) Has completed the Compulsory Enterprise Questionnaire and there are no conflicts of interest which may

Part T1: Tendering Procedures T1.10

Reference no. DRT 118/02/2017

Clause

number Tender Data

impact on the tenderer’s ability to perform the contract in the best interests of the employer or potentially compromise the tender process and persons in the employ of the state are permitted to submit tenders or participate in the contract;

f) The tenderer is registered and in good standing with the compensation fund or with a licensed

compensation insurer;

g) The employer is reasonably satisfied that the tenderer has in terms of the Construction Regulations, 2014

(as amended), issued in terms of the Occupational Health and Safety Act, 1993, the necessary

competencies and resources to carry out the work safely.

h) The tenderer must tender for all the items in the Bill of Quantities. If there is items found that has not been

priced will it rendered the tender disqualified.

Part T2: Returnable Documents T2.1

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Part T2.1 List of Returnable Documents

1 Documents required for tender administrative purposes

Compulsory Enterprise Questionnaire

Record of Addenda to Tender Documents

Certificate of Authority

Schedule of Proposed Subcontractors

Schedule of recently completed and current contracts

Schedule of plant and equipment

Occupational Health and Safety Act: Statement by Tendering Entity

Tenderer’s Bank Details

Tenderer’s Litigation History

2 Returnable Schedules required for tender evaluation purposes

Certificate of attendance at clarification meeting

Tax Clearance Certificate for Tenders

Form of Intent to Provide a Form of Guarantee

Certificate of Insurance Cover

Registration with Construction Industry Development Board

SBD 4: Declaration of Interest

SBD 8: Declaration of Bidder’s Past Supply Chain Management Practices

SBD 9: Certificate of Independent Bid Termination

Schedule of Work Experience

3 Returnable Schedules that will be used for tender evaluation purposes and be incorporated

into the contract

B-BBEE Verification Certificate

SBD 6.1: Preference Points Claim Form in Terms of the Preferential Procurement

Regulations 2017

Form C1: Contractor’s Establishment on Site and General Obligations

Form C2: Schedule of Special Material

Form C3: Management Proposal

Form C3.4: Luminare Specification Details

Form C3.5: Drawings and Information – Consumer Distribution Pillars and Kiosks

4 C1.1 Offer portion of Form of Offer and Acceptance

5 C1.2 Contract Data (C1.2.3)

6 C2.2 Bill of Quantities

Part T2: Returnable Documents T2.2

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Compulsory Enterprise Questionnaire

The following particulars must be furnished. In the case of a joint venture, separate enterprise

questionnaires in respect of each partner must be completed and submitted.

Section 1: Name of enterprise: . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 2: VAT registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

Section 3: CIDB registration number, if any: .(Not Compulsory) . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

Section 4: Particulars of sole proprietors and partners in partnerships

Name* Identity number* Personal income tax

number*

* Complete only if sole proprietor or partnership and attach separate page if more than 3 partners

Section 5: Particulars of companies and close corporations

Company registration number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Close corporation number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Tax reference number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 6: Record in the service of the state

Indicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or

director, manager, principal shareholder or stakeholder in a company or close corporation is currently or

has been within the last 12 months in the service of any of the following:

a member of any municipal council an employee of any provincial department, national

or provincial public entity or constitutional institution

within the meaning of the Public Finance

Management Act, 1999 (Act 1 of 1999)

a member of any provincial legislature

a member of the National Assembly or the National

Council of Province

a member of an accounting authority of any national

or provincial public entity a member of the board of directors of any

municipal entity

an employee of Parliament or a provincial

legislature an official of any municipality or municipal entity

If any of the above boxes are marked, disclose the following:

Part T2: Returnable Documents T2.3

Reference no. DRT 118/02/2017

Name of sole proprietor,

Partner, director, manager,

principal shareholder or

stakeholder

Name of institution, public office, board

or organ of state and position held

Status of service (tick

appropriate column)

Current Within last

12 months

*insert separate page if necessary

Section 7: Record of spouses, children and parents in the service of the state

Indicate by marking the relevant boxes with a cross, if any spouse, child or parent of a sole proprietor,

partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close

corporation is currently or has been within the last 12 months been in the service of any of the following:

a member of any municipal council an employee of any provincial department, national

or provincial public entity or constitutional institution

within the meaning of the Public Finance

Management Act, 1999 (Act 1 of 1999)

a member of any provincial legislature

a member of the National Assembly or the National

Council of Province

a member of an accounting authority of any national

or provincial public entity a member of the board of directors of any

municipal entity

an employee of Parliament or a provincial

legislature an official of any municipality or municipal entity

Name of spouse, child or

parent

Name of institution, public office, board

or organ of state and position held

Status of service (tick

appropriate column)

Current Within last

12 months

*insert separate page if necessary

Part T2: Returnable Documents T2.4

Reference no. DRT 118/02/2017

The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise:

i) authorizes the Employer to obtain a tax clearance certificate from the South African Revenue Services that my /

our tax matters are in order;

ii) confirms that neither the name of the enterprise or the name of any partner, manager, director or other person,

who wholly or partly exercises, or may exercise, control over the enterprise appears on the Register of Tender

Defaulters established in terms of the Prevention and Combating of Corrupt Activities Act of 2004;

iii) confirms that no partner, member, director or other person, who wholly or partly exercises, or may exercise,

control over the enterprise appears, has within the last five years been convicted of fraud or corruption;

iv) confirms that I / we are not associated, linked or involved with any other tendering entities submitting tender

offers and have no other relationship with any of the tenderers or those responsible for compiling the scope of

work that could cause or be interpreted as a conflict of interest; and

v) confirms that the contents of this questionnaire are within my personal knowledge and are to the best of my

belief both true and correct.

Signed

Date

Name

Position

Enterprise

name

Part T2: Returnable Documents T2.5

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Record of Addenda to tender documents

We confirm that the following communications received from the Employer before the submission of this tender offer,

amending the tender documents, have been taken into account in this tender offer:

NO. DATE TITLE OR DETAILS

1.

2.

3.

4.

5.

6.

7.

8.

9.

Attach additional pages if more space is required.

Signed Date

Name Position

Enterprise

name

Part T2: Returnable Documents T2.6

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Certificate of Authority

This Returnable Schedule is to be completed by the tendering entity.

I/We, the undersigned, are submitting this tender offer and hereby authorise Mr/Ms . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . , authorised signatory of the company . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , acting in the capacity of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ,

to sign all documents in connection with the tender offer and any contract resulting from it on our behalf.

NAME OF FIRM ADDRESS DULY AUTHORISED

SIGNATORY

Signature. .................................

Name ........................................

Designation

Signature ...................................

Name..........................................

Designation

Signature ...................................

Name ........................................

Designation

Part T2: Returnable Documents T2.7

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Schedule of Proposed Subcontractors

We notify you that it is our intention to employ the following Subcontractor/s for work in this contract.

Contractor shall carry out full scope of works except for Security works portion that can be only sub-contracted. If we

are awarded a contract we agree that the final list of Subcontractor/s, with supporting documents (Company

Registration, BBBEE and Valid Tax Clearance Certificate) will be submitted to the Project Engineer for approval

before implementation

Name and address of proposed

Subcontractor

Description of Work to be

executed by Subcontractor

Previous experience with

Subcontractor

1.

2.

3.

4.

5.

6.

Attach additional pages if more space is required

Signed Date

Name Position

Enterprise

name

Part T2: Returnable Documents T2.8

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS AND INSTALLATION AND MAINTENANCE OF SECURITY

LIGHTS ON VARIOUS PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE REGIONS IN THE GAUTENG

PROVINCE

Schedule of recently completed and current contracts

List not more than seven contracts completed in the last five years

Contract title: Employer (name)

Place (town)

Reference person Contract

Amount

(R million)

Contract

Period

(months)

Date of

Completion* Name Tel

1

2

3

4

5

6

7

*Completed means that a certificate has been issued in terms of a contract by the employer, signifying that the whole of the construction works have reached a state of readiness for occupation or use for the

purposes intended, although some minor work may be outstanding.

Part T2: Returnable Documents T2.9

Reference no. DRT 118/02/2017

List all current contracts not complete at the time

Project: Employer (name)

Place (town)

Reference person Contract

Amount

(R million)

Contract

Period

(months)

Date of

commencement

Date of

expected

Completion* Name Tel

1

2

3

4

5

6

7

8

9

10

*Date when defects liability period commenced

Signed Date

Name Position

Enterprise

name

Part C1: Agreements and Contract Data C1.1

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Schedule of Plant and Equipment

The following are lists of major items of relevant equipment that I / we presently own or lease and will have available

for this contract or will acquire or hire for this contract if my / our tender is accepted.

The tenderer shall state below what equipment will be immediately available for this contract, what equipment will

become available by virtue of outstanding orders, and what further equipment will be acquired or hired for the work

should he be awarded the contract.

a) EQUIPMENT IMMEDIATELY AVAILABLE (I)

b) EQUIPMENT ON ORDER (O)

(State details of arrangements made, with delivery dates)

c) EQUIPMENT THAT WILL BE ACQUIRED OR HIRED (H)

(State details of delivery arrangements)

Note to tenderer: State with relevant symbol in the availability column.

(a) Details of major equipment that is owned by and immediately available for this contract. (Attach vehicle

Registration documents as proof of ownership, serial numbers of attenuators, serial numbers of

generators)

Description, size, capacity, etc. Quantity

Availability

Part C1: Agreements and Contract Data C1.2

Reference no. DRT 118/02/2017

Attach additional pages if more space is required.

(b) Details of major equipment that will be hired, or acquired for this contract if my / our tender is acceptable.

(Attach a letter of intent from Rental Companies)

Description, size, capacity, etc. Quantity

Availability

Attach additional pages if more space is required.

Signed Date

Name Position

Tenderer

Part C1: Agreements and Contract Data C1.3

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Occupational Health and Safety Act:

Statement by Tendering Entity

I, . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . duly authorised

to represent . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (company name)

in my capacity as . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

hereby confirm that I accept full and exclusive responsibility for compliance by myself and all persons who

perform work for me with the provisions of the Occupational Health and Safety Act, No. 85 of 1993 (as

amended) and all regulations promulgated from time to time, whilst performing work on . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

I confirm that all employees who perform work on the site shall be properly trained to do this in a manner

which is safe and without risk to health and safety to themselves and others in the vicinity and undertake to

have our activities adequately supervised in the interest of health and safety.

Signed Date

Name Position

Tenderer

Part C1: Agreements and Contract Data C1.4

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Tenderer’s Bank Details

Notes to tenderer: 1. The tenderer shall attach to this form a letter from the bank at which he declares he

conducts his account. The contents of the bank’s letter must state the credit rating that it, in addition to the information required below, accords to the tenderer for the business envisaged by this tender. Failure to provide the required letter with the tender submission may render the tenderer’s offer unresponsive in terms of tender condition F.3.8.

2. The tenderer’s banking details as they appear below shall be completed. 3. In the event that the tenderer is a joint venture enterprise, details of all the members of the

joint venture shall be similarly provided and attached to this form. The tenderer shall provide the following: i) Name of Account Holder: ................................................................................................................ ii) Account Number: ............................................................................................................................. iii) Bank name: ..................................................................................................................................... iv) Branch Number: .............................................................................................................................. v) Bank and branch contact details ..................................................................................................... ......................................................................................................................................................... SIGNED BY TENDERER: ........................................................................................................................

Part C1: Agreements and Contract Data C1.5

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Schedule of Tenderer’s Litigation History

Note to tenderer: The tenderer shall list below details of any litigation with which the tenderer (including its directors, shareholders or other senior members in previous companies) has been involved with any organ of state or state department within the last ten years. The details must include the year, the litigating parties, the subject matter of the dispute, the value of any award or estimated award if the litigation is current and in whose favour the award, if any, was made.

Employer Other

litigating party Dispute Award value

Date resolved

SIGNED BY TENDERER: ........................................................................................................................

Part C1: Agreements and Contract Data C1.6

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Certificate of Insurance Cover Note to tenderer: In the event of the tenderer being a joint venture/consortium the details of the individual members must also be provided. The tenderer shall provide the following details of this insurance cover: i) Name of Tenderer: ......................................................................................................................... ii) Period of Validity: ........................................................................................................................... iii) Value of Insurance:

Insurance for Works and Contractor’s Equipment Company: ..................................................................................................................................

Value: ........................................................................................................................................

Insurance for Contractor’s Personnel Company: .................................................................................................................................. Value: ........................................................................................................................................

General public liability Company: .................................................................................................................................. Value: ........................................................................................................................................

SASRIA Company: .................................................................................................................................. Value: ........................................................................................................................................ SIGNED BY TENDERER: ........................................................................................................................

Part C1: Agreements and Contract Data C1.7

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Registration with Construction Industry Development Board

The tenderer shall provide a printed copy of the Active Contractor’s Listing off the CIDB website www.cidb.org.za. In the case of a Joint Venture, a printed copy of the Active Contractor’s Listing must be provided for each member of the Joint Venture. Complete the following details of his registration with the Construction Industry Development Board. Name of Contractor: ........................................................................................................................... Contractor Grading Designation: ................................................................................................................. CIDB Contractor Registration Number: ....................................................................................................... Registration expiry date: ……. ..................................................................................................................... Note: The tenderer is required to be registered for the duration of the tender offer validity period. SIGNED BY TENDERER: ....................................................................................................

Part C1: Agreements and Contract Data C1.8

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Tax Clearance Certificate for Tenders

The tenderer is to affix to this page:

A Valid Tax Clearance Certificate for Tenders issued by the South African Revenue Services

(S.A.R.S.) in the Name of the Tendering Entity indicating the Trading Name.

Note:

Failure to affix such certificate may result in this tender not being considered for the award of

the contract

This certificate must still be valid on the closing date of this tender.

Part C1: Agreements and Contract Data C1.9

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Form of Intent to Provide a Form of Guarantee

1 With reference to the tender of ……………………………………………………………………….

…………………………………… (hereinafter referred to as the “TENDERER” for the project

………………………………………………………........…………………….. (hereinafter referred to as

the “CONTRACT” for the DEPARTMENT OF ROADS AND TRANSPORT of the Gauteng

Provincial Government, (hereinafter referred to as the “EMPLOYER” for the tender dated

……………………........………........….......….. for the offered total of prices of

(R…..............…........…........…........…………………….)

………………………………………………………..………………………………………………… (in

words)

2 I/We …….……………………………………………………………..………… in my/our capacity as

………………………………………………………………………………………… and hereby

representing …………………………………………………………………………………………….

……………… (hereinafter referred to as the “GUARANTOR” advice that the “GUARANTOR”

undertakes to provide a Form of Guarantee to the EMPLOYER to the Employer’s format included

in Part C1.3 of this document within fourteen (14) working days of the written acceptance of the

contractor’s tender offer.

Thus done and signed at …………………………………………… on ………………….…………………..

…………………………………………… ………………………………………….

Name of signatory Capacity of authorised signatory

……………………………………………. ………………………………………….

As witness for and on behalf of the Guarantor

who by signature hereof warrants

authorisation hereto

Part C1: Agreements and Contract Data C1.10

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

SBD 4

Declaration of Interest

1. Any legal person, including persons employed by the state¹, or persons having a kinship with

persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes an advertised competitive bid, a limited bid, a proposal or written price quotation). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where-

- the bidder is employed by the state; and/or - the legal person on whose behalf the bidding document is signed, has a relationship with

persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid.

2. In order to give effect to the above, the following questionnaire must be completed and

submitted with the bid. 2.1 Full Name of bidder or his or her representative: ............................................................................ 2.2 Identity Number: ........................................................................................................................... 2.3 Position occupied in the Company (director, trustee, shareholder², member): ..............................

......................................................................................................................................................... 2.4 Registration number of company, enterprise, close corporation, partnership agreement or trust:

......................................................................................................................................................... 2.5 Tax Reference Number: .................................................................................................................. 2.6 VAT Registration Number: . ............................................................................................................

2.6.1 The names of all directors / trustees / shareholders / members, their individual identity

numbers, tax reference numbers and, if applicable, employee / PERSAL numbers must be indicated in paragraph 3 below.

¹“State” means – (a) any national or provincial department, national or provincial public entity or constitutional institution within the

meaning of the Public Finance Management Act, 1999 (Act No. 1 of 1999); (b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (e) Parliament. ²”Shareholder” means a person who owns shares in the company and is actively involved in the management of the enterprise or

business and exercises control over the enterprise.

Part C1: Agreements and Contract Data C1.11

Reference no. DRT 118/02/2017

2.7 Are you or any person connected with the bidder YES / NO presently employed by the state? 2.7.1 If so, furnish the following particulars:

Name of person / director / trustee / shareholder/ member: ........................................................... Name of state institution at which you or the person connected to the bidder is employed : ............................................................................................... Position occupied in the state institution: ........................................................................................... Any other particulars: ………………………………………………………………

………………………………………………………………

………………………………………………………………

2.7.2 If you are presently employed by the state, did you obtain YES / NO the appropriate authority to undertake remunerative work outside employment in the public sector?

2.7.2.1 If yes, did you attach proof of such authority to the bid YES / NO

document? (Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid.

2.7.2.2 If no, furnish reasons for non-submission of such proof: …………………………………………………………………….

…………………………………………………………………….

…………………………………………………………………….

2.8 Did you or your spouse, or any of the company’s directors / YES / NO

trustees / shareholders / members or their spouses conduct business with the state in the previous twelve months?

2.8.1 If so, furnish particulars:

…………………………………………………………………..

…………………………………………………………………..

…………………………………………………………………...

2.9 Do you, or any person connected with the bidder, have YES / NO any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid?

2.9.1 If so, furnish particulars. ……………………………………………………………...

…………………………………………………………..….

………………………………………………………………

2.10 Are you, or any person connected with the bidder, YES/NO aware of any relationship (family, friend, other) between any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid?

Part C1: Agreements and Contract Data C1.12

Reference no. DRT 118/02/2017

2.10.1 If so, furnish particulars. ………………………………………………………………

………………………………………………………………

………………………………………………………………

2.11 Do you or any of the directors / trustees / shareholders / members YES/NO of the company have any interest in any other related companies whether or not they are bidding for this contract?

2.11.1 If so, furnish particulars:

…………………………………………………………………………….

…………………………………………………………………………….

…………………………………………………………………………….

3 Full details of directors / trustees / members / shareholders.

Full Name Identity Number Personal Income Tax

Reference Number

State Employee Number / Persal

Number

4 DECLARATION

I, THE UNDERSIGNED (NAME)……………………………………………………………………… CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

……………………………………………….. ..…………………………………….…… Signature Date

……………………………………………….. …………………………………………… Position Name of bidder

Part C1: Agreements and Contract Data C1.13

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

SBD 8

Declaration of Bidder’s past supply chain management practices

1 This Standard Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by institutions in ensuring that when goods and services

are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3 The bid of any bidder may be disregarded if that bidder, or any of its directors have-

a. abused the institution’s supply chain management system; b. committed fraud or any other improper conduct in relation to such system; or c. failed to perform on any previous contract.

4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

Item Question Yes No

4.1 Is the bidder or any of its directors listed on the National Treasury’s Database of Restricted Suppliers as companies or persons prohibited from doing business with the public sector? (Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied). The Database of Restricted Suppliers now resides on the National Treasury’s website(www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page.

Yes

No

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? The Register for Tender Defaulters can be accessed on the National Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.

Yes

No

Part C1: Agreements and Contract Data C1.14

Reference no. DRT 118/02/2017

4.2.1 If so, furnish particulars:

4.3 Was the bidder or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years?

Yes

No

4.3.1 If so, furnish particulars:

4.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yes

No

4.4.1 If so, furnish particulars:

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME) ....................................................................................................... CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND

CORRECT. I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN

AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE. ………………………………………... ………………………….. Signature Date

………………………………………. ………………………….. Position Name of Bidder

Part C1: Agreements and Contract Data C1.15

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

SBD 9

Certificate of Independent Bid Determination 1 This Standard Bidding Document (SBD) must form part of all bids¹ invited.

2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement

between, or concerted practice by, firms, or a decision by an association of firms, if it is between

parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive

bidding is a pe se prohibition meaning that it cannot be justified under any grounds.

3 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take

all reasonable steps to prevent abuse of the supply chain management system and authorizes

accounting officers and accounting authorities to:

a. disregard the bid of any bidder if that bidder, or any of its directors have abused the

institution’s supply chain management system and or committed fraud or any other improper

conduct in relation to such system.

b. cancel a contract awarded to a supplier of goods and services if the supplier committed any

corrupt or fraudulent act during the bidding process or the execution of that contract.

4 This SBD serves as a certificate of declaration that would be used by institutions to ensure that,

when bids are considered, reasonable steps are taken to prevent any form of bid-rigging.

5 In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9) must be

completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or

lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid

rigging is, therefore, an agreement between competitors not to compete.

Part C1: Agreements and Contract Data C1.16

Reference no. DRT 118/02/2017

I, the undersigned, in submitting the accompanying bid:

________________________________________________________________________

(Bid Number and Description)

in response to the invitation for the bid made by:

______________________________________________________________________________

(Name of Institution)

do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of: _______________________________________________________that:

(Name of Bidder)

1. I have read and I understand the contents of this Certificate;

2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be

true and complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on

behalf of the bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by the

bidder to determine the terms of, and to sign the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the word

“competitor” shall include any individual or organization, other than the bidder, whether or not

affiliated with the bidder, who:

(a) has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based on their

qualifications, abilities or experience; and

(c) provides the same goods and services as the bidder and/or is in the same line of

business as the bidder

6. The bidder has arrived at the accompanying bid independently from, and without consultation,

communication, agreement or arrangement with any competitor. However communication

between partners in a joint venture or consortium3 will not be construed as collusive bidding.

³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

Part C1: Agreements and Contract Data C1.17

Reference no. DRT 118/02/2017

7. In particular, without limiting the generality of paragraphs 6 above, there has been no

consultation, communication, agreement or arrangement with any competitor regarding:

(a) prices;

(b) geographical area where product or service will be rendered (market allocation)

(c) methods, factors or formulas used to calculate prices;

(d) the intention or decision to submit or not to submit, a bid;

(e) the submission of a bid which does not meet the specifications and conditions of

the bid; or

(f) bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or arrangements

with any competitor regarding the quality, quantity, specifications and conditions or delivery

particulars of the products or services to which this bid invitation relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder,

directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of

the awarding of the contract.

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any

restrictive practices related to bids and contracts, bids that are suspicious will be reported to the

Competition Commission for investigation and possible imposition of administrative penalties in

terms of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National

Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting

business with the public sector for a period not exceeding ten (10) years in terms of the

Prevention and Combating of Corrupt Activities Act No 12 of 2004 or any other applicable

legislation.

………………………………………………… …………………………………

Signature Date

…………………………………………………. …………………………………

Position Name of Bidder

Part C1: Agreements and Contract Data C1.18

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Tenderer’s Schedule of Work Experience

Note to tenderer:

The Tenderer shall enter in the spaces provided below a complete list of the last ten electrical/street lighting contracts awarded to him. This information is deemed to be material to the award of the contract.

EMPLOYER

(NAME, TEL NO & FAX NO)

CONSULTING ENGINEER

(NAME, TEL NO & FAX NO)

NATURE OF WORK

VALUE OF WORK

YEAR

COMPLETED

Part C1: Agreements and Contract Data C1.19

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Tenderer’s B-BBEE Verification Certificate

Notes to tenderer: 1. The tenderer shall attach to this form a B-BBEE verification certificate in accordance with

the Construction Sector Codes of Practice promulgated in Gazette 32305 on 5 June 2009 (see F.3.11.8 of the tender data).

2. In the event of a joint venture (JV), a consolidated B-BBEE verification certificate in the

name of the JV shall be attached. 3. The attached verification certificate and the associated assessment report shall identify:

(a) The name and domicilium citandi et executandi of the tenderer. (b) The registration and VAT number of the tenderer. (c) The dates of granting of the B-BBEE score and the period of validity. (d) The expiry date of the verification certificate. (e) A unique identification number. (f) The standard and/or normative document, including the issue and/or revision used to

evaluate the tenderer. (g) The name and/or mark/logo of the B-BBEE verification agency or registered auditor. (h) The category (Generic, QSE, Exempt) in which the tenderer has been measured. (i) The B-BBEE status level. (j) The South African National Accreditation System (SANAS) or Independent Regulatory

Board of Auditors (IRBA) logo on the verification certificate once verification agencies have been accredited.

(k) The B-BBEE procurement recognition level. (l) The score achieved per B-BBEE element. (m) The % black shareholding. (n) The % black women shareholding. (o) The % black persons with disabilities (p) The value added status of the tenderer.

4. The Employer will not be responsible to acquire data that it needs for its own reporting

systems and which may not form part of a verification agency’s standard certificate format. The tenderer, at its own cost, must acquire any missing specified data listed in 3 above from its selected verification agency or registered auditor and have it recorded on the certificate. Alternatively, such missing data must be supplied separately, but certified as correct by the same verification agency or registered auditor and also attached to this form. Failure to abide by this requirement will result in such tenderer scoring zero preference.

Part C1: Agreements and Contract Data C1.20

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

SBD 6.1

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017

This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL

CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011.

1. GENERAL CONDITIONS 1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable

taxes included); and - the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable

taxes included). 1.2 The value of this bid is estimated to exceed/not exceed R50 000 000 (all applicable taxes

included) and therefore the……………………system shall be applicable. 1.3 Preference points for this bid shall be awarded for:

(a) Price; and (b) B-BBEE Status Level of Contribution.

1.3.1 The maximum points for this bid are allocated as follows:

POINTS

1.3.1.1 PRICE ………….. 1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION …………... Total points for Price and B-BBEE must not exceed 100

1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification

Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

Part C1: Agreements and Contract Data C1.21

Reference no. DRT 118/02/2017

1.5. The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at

any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

2. DEFINITIONS 2.1 “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment

insurance fund contributions and skills development levies;

2.2 “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;

2.3 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity

based on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

2.4 “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an

organ of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals;

2.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic

Empowerment Act, 2003 (Act No. 53 of 2003); 2.6 “comparative price” means the price after the factors of a non-firm price and all unconditional

discounts that can be utilized have been taken into consideration; 2.7 “consortium or joint venture” means an association of persons for the purpose of combining

their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract;

2.8 “contract” means the agreement that results from the acceptance of a bid by an organ of state; 2.9 “EME” means any enterprise with an annual total revenue of R5 million or less . 2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual

increase or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract;

2.11 “functionality” means the measurement according to predetermined norms, as set out in the bid

documents, of a service or commodity that is designed to be practical and useful, working or operating, taking into account, among other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a bidder;

2.12 “non-firm prices” means all prices other than “firm” prices; 2.13 “person” includes a juristic person;

2.14 “rand value” means the total estimated value of a contract in South African currency, calculated

at the time of bid invitations, and includes all applicable taxes and excise duties;

2.15 “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract;

2.16 “total revenue” bears the same meaning assigned to this expression in the Codes of Good

Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007;

Part C1: Agreements and Contract Data C1.22

Reference no. DRT 118/02/2017

2.17 “trust” means the arrangement through which the property of one person is made over or

bequeathed to a trustee to administer such property for the benefit of another person; and 2.18 “trustee” means any person, including the founder of a trust, to whom property is bequeathed in

order for such property to be administered for the benefit of another person. 3. ADJUDICATION USING A POINT SYSTEM 3.1 The bidder obtaining the highest number of total points will be awarded the contract. 3.2 Preference points shall be calculated after prices have been brought to a comparative basis

taking into account all factors of non-firm prices and all unconditional discounts;. 3.3 Points scored must be rounded off to the nearest 2 decimal places. 3.4 In the event that two or more bids have scored equal total points, the successful bid must be the

one scoring the highest number of preference points for B-BBEE. 3.5 However, when functionality is part of the evaluation process and two or more bids have scored

equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality.

3.6 Should two or more bids be equal in all respects, the award shall be decided by the drawing of

lots. 4. POINTS AWARDED FOR PRICE 4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10

or

Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid 5. Points awarded for B-BBEE Status Level of Contribution 5.1 In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference

points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

min

min180

P

PPtPs

min

min190

P

PPtPs

Part C1: Agreements and Contract Data C1.23

Reference no. DRT 118/02/2017

B-BBEE Status Level of Contributor

Number of points

(90/10 system)

Number of points

(80/20 system)

1 10 20

2 9 18

3 8 16

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor 0 0

5.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an

Accounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA’s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates.

5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification

certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.

5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal

entity, provided that the entity submits their B-BBEE status level certificate. 5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an

unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid.

5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level

certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.

5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents

that such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub-contractor is an EME that has the capability and ability to execute the sub-contract.

5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to

any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract.

6. BID DECLARATION 6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the

following:

Part C1: Agreements and Contract Data C1.24

Reference no. DRT 118/02/2017

7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS

1.3.1.2 AND 5.1 7.1 B-BBEE Status Level of Contribution: …………. = ……………(maximum of 10 or 20

points) (Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA).

8 SUB-CONTRACTING 8.1 Will any portion of the contract be sub-contracted? YES / NO (delete which is not applicable)

8.1.1 If yes, indicate: (i) what percentage of the contract will be subcontracted? ............…………………….…% (ii) the name of the sub-contractor?……………………………………………………………………. (iii) the B-BBEE status level of the sub-contractor? …………….... (iv) whether the sub-contractor is an EME? YES / NO (delete which is not

applicable) 9 DECLARATION WITH REGARD TO COMPANY/FIRM 9.1 Name of company/firm ..............................................................................................

9.2 VAT registration number : .............................................................................................

9.3 Company registration number …………………………………………………………………….

:

9.4 TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited [TICK APPLICABLE BOX] 9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES ………….. ..................................................................................................................................................

...................................................................................................................................................

……………… .............................................................................................................................................

...................................................................................................................................................

…………….. ...............................................................................................................................................

...................................................................................................................................................

9.6 COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX]

Part C1: Agreements and Contract Data C1.25

Reference no. DRT 118/02/2017

9.7 Total number of years the company/firm has been in business? …………………………………… 9.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the

company/firm, certify that the points claimed, based on the B-BBE status level of contribution indicated in paragraph 7 of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:

(i) The information furnished is true and correct; (ii) The preference points claimed are in accordance with the General Conditions as

indicated in paragraph 1 of this form. (iii) In the event of a contract being awarded as a result of points claimed as shown

in paragraph 7, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

(iv) If the B-BBEE status level of contribution has been claimed or obtained on a

fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process; (b) recover costs, losses or damages it has incurred or suffered as a result of

that person’s conduct; (c) cancel the contract and claim any damages which it has suffered as a

result of having to make less favourable arrangements due to such cancellation;

(d) restrict the bidder or contractor, its shareholders and directors, or only the

shareholders and directors who acted on a fraudulent basis, from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and

(e) forward the matter for criminal prosecution

WITNESSES:

1. ……………………………………… …………………………………… SIGNATURE(S) OF BIDDER(S) 2. ……………………………………… DATE:……………………………….. ADDRESS:………………………….. ….……………………………………… ………………………………………….

Part C1: Agreements and Contract Data C1.26

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

FORM C1: CONTRACTOR’S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS Should the extended and combined total tendered for:

The Contractor’s general obligations:

C3.2.1.3.1 (a) : Fixed obligations

C3.2.1.3.1 (b) : Time-related obligations exceed a maximum of 15 % of the Accepted Contract Amount, the Tenderer shall clearly set out his reasons for tendering in this manner in a letter attached to this page.

The Employer will duly consider these reasons but reserves the right to consider the tendered rates to be imbalanced and to deal with them in terms of Condition of Tender F.3.9.4 contained in this volume. Total tendered for Items C3.2.1.3.1 (a) and C3.2.1.3.1 (b) expressed as a percentage of the Accepted Contract Amount:

...................................% Note to tenderer: If the tenderer should require additional compensation for his obligations under section C3.2.1 (over and above the total tendered for items C3.2.1.3.1 (a) and C3.2.1.3.1 (b) by including such additional compensation in the tendered rates and/or lump sum of items in the bill of quantities, these items and the value of such additional compensation shall also be set out in a letter attached to this form. SIGNED BY TENDERER: ..............................................................................................................

Part C1: Agreements and Contract Data C1.27

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

FORM C2: SCHEDULE OF SPECIAL MATERIALS Each material dealt with as a special material in terms of clause 4 of the Contract Price Adjustment Schedule of the Appendix to the Particular Conditions of Contract as amended by the Particular Conditions is stated in the list below. The rates and prices for the special materials shall be furnished by the tenderer, which rates and prices shall not include VAT but shall include all other obligatory taxes and levies.

SPECIAL MATERIAL

UNIT*

RATE OR PRICE FOR THE BASE MONTH

*Indicate whether the material will be delivered in bulk or in containers. Notes to tenderer: 1. When called upon to do so, the tenderer shall substantiate the above rates or prices with

acceptable documentary evidence. 2. Refer to Particular Condition amending sub-clause 13.8 of the General Conditions of

Contract SIGNED BY TENDERER: ..............................................................................................................................

Part C1: Agreements and Contract Data C1.28

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

FORM C3: MANAGEMENT PROPOSAL The tenderer shall submit a signed copy of his management proposal, providing a clear statement of his understanding and approach to execute the work, using the headings and sub-headings listed as follows: (a) Personnel

A curriculum vitae (not longer than one A4 page) is required for each person as follows, indicating

the relevant experience, and duration on both SANRAL and other contracts. In addition, the form for each person regarding qualification, registration and years of experience in the electrical engineering/street lighting construction and maintenance field, is to be completed.

(i) Contract manager

- contract management experience - routine road maintenance experience - Form C3.1

(ii) Contractor’s representative - contract management experience - routine road maintenance experience - road safety experience - Form C3.2

(iii) Traffic Safety Officer (TSO) - contract management experience - routine road maintenance experience - road safety experience - Form C3.3

(b) Management of site

(i) access to resources (number of personnel and equipment available in the company) (ii) quality assurance plan (iii) site management systems (iv) organisational structure (refer to Form C3.3 for details required)

SIGNED BY TENDERER: ..............................................................................................................

Part C1: Agreements and Contract Data C1.29

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

FORM C3.4: LUMINARE SPECIFICATION DETAILS Tenderers shall submit the following luminaire details with their tender documents: (a) Manufacturer (b) Catalogue number (c) Iso-candela diagrams (candeles) (d) Iso-illumination diagram (lux) (e) Efficiency curves for the luminaires (f) Mass of the luminaires with and without the control gear (g) Reflector material and its thickness (h) Full particulars of the control gear (i) Maximum permissible ambient and storage temperatures (j) Adjustability of lamp holder

Information to be provided as per item no. C3.6.5.4

Part C1: Agreements and Contract Data C1.30

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

FORM C3.5: DRAWINGS AND INFORMATION - CONSUMER DISTRIBUTION PILLARS AND KIOSKS

Tenderers shall submit full details of the Consumer distribution kiosks and pillars offered with the following drawings with the tender:

- a drawing indicating all dimensions of the pillar & kiosk

- a drawing indicating the general internal equipment layout of the pillar & kiosk

The successful tenderer shall, before the manufacturing of the pillar/kiosk commences, submit the final drawings to the Engineer for approval.

A schematic wiring diagram of the kiosk/pillar, as wired and colour coded, shall be submitted at the completion of the contract.

Information to be provided as per item no. C3.6.8.2.5

Part C1: Agreements and Contract Data C1.31

Reference no. DRT 118/02/2017

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

Part C1 Agreements and Contract Data

TABLE OF CONTENTS PAGE

C1.1.1 FORM OF OFFER ......................................................................................................... C1.2

C1.1.2 FORM OF ACCEPTANCE ............................................................................................. C1-3

C1.1.3 APPENDIX TO FORM OF ACCEPTANCE ................................................................. C1-35

C1.2 CONTRACT DATA ........................................................................................................ C1-6

C1.2.1 CONDITIONS OF CONTRACT ................................................................................... C1-10

C1.2.2 CONTRACT DATA – INFORMATION PROVIDED BY THE EMPLOYER ................. C1-26

C1.2.3 CONTRACT DATA – INFORMATION PROVIDED BY THE TENDERER ................. C1-58

C1.3 OTHER STANDARD FORMS ..................................................................................... C1-30

C1.3.2 FORM OF GUARANTEE ............................................................................................. C1-61

C1.3.3 FORM OF REGISTRATION OF CONTRACT WITH DEPARTMENT OF LABOUR .. C1-63

C1.3.4 FORM OF BANKING DETAILS .................................................................................. C1-36

Part C1: Agreements and Contract Data C1.32

Reference no. DRT 118/02/2017

C1.1 FORMS OF OFFER AND ACCEPTANCE C1.1.1 FORM OF OFFER Head of Department

Department Of Roads and Transport

Private Bag X83

Marshalltown

2107 Sir,

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

I/we, by signing this part of the forms of offer and acceptance, confirm that I/we practise the principles of corporate governance that abhors corruption and fraud and that I/we have examined the documents listed in the tender data and addenda thereto as listed in the returnable schedules and am/are duly authorised to represent and commit the tenderer to the contractual obligations contained therein. I/we further confirm that by submitting this offer the tenderer accepts the conditions of tender and offers to perform all of the obligations and liabilities of the contractor under the contract including compliance with all its terms and conditions according to their true intent and meaning for an amount to be determined in accordance with the conditions of tender and the conditions of contract identified in the contract data. THE OFFERED TOTAL OF THE PRICES (INCLUSIVE OF VALUE ADDED TAX) IS;

GUATENG PROVINCE .............................................................................................................................

....................................................................................................................................................(in words)

(R .............................................................................................................................................. in figures) You may accept this offer by signing and returning to the tenderer one copy of the Form of acceptance before the end of the period of validity stated in the tender data, (or at the end of any agreed extension thereof), whereupon the tenderer becomes the party named as the contractor in the conditions of contract identified in the contract data. Notwithstanding anything contained in a covering letter to this tender, I/we declare this offer is submitted entirely without variations or deviations other than those stipulated in the form for Proposed Amendments and Qualifications by the tenderer and that it is made free from any fraud, corruption and misrepresentation. Yours faithfully

SIGNATURE: ......................................................... DATE: ......................................................................

NAME (IN CAPITALS): .............................................................................................................................

CAPACITY: ...............................................................................................................................................

Date and minute reference of Board resolution if different from returnable document: Certificate of Authority Certificate of Authority for signature ..........................................................................................................

NAME AND ADDRESS OF ORGANISATION: .........................................................................................

...................................................................................................................................................................

NAME AND SIGNATURE OF WITNESS:

SIGNATURE: ......................................................... DATE: ......................................................................

NAME (IN CAPITALS): .............................................................................................................................

Part C1: Agreements and Contract Data C1.33

Reference no. DRT 118/02/2017

C1.1.2 FORM OF ACCEPTANCE To__________________________________ ____________________________________ ____________________________________ (Name of successful tenderer) Dear Sir,

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

1. It is our pleasure to inform you that the Department of Roads and Transport (the Employer) accepts your (select if applicable corrected/corrected alternative/alternative) offer for all five Regions in the amount of R…………….. (i.e. including VAT but excluding CPA, and any contingent sum not in the priced schedule).

ALL FIVE REGIONS (CHANGE THIS TO “GAUTENG PROVINCE”) ......................................................

....................................................................................................................................................(in words)

(R .............................................................................................................................................. in figures) 2. The amount due may not be the accepted price but payment shall be made in accordance with the

conditions of contract identified in the contract data. 3. Acceptance shall form an agreement between us according to the terms and conditions contained

in this form and in the contract that is comprised of: Part C1: Agreements and Contract Data (including this form of acceptance), Part C2: Pricing Data, Part C3: Scope of the Work, Part C4: Site Information, and Part C5: Annexures together with issued drawings and other documents, or parts thereof, which may be incorporated

by reference into the Parts listed above. a) Deviations and/or variations included in your offer as well as any changes to the terms of the offer

agreed by us during the process of offer and acceptance shall not be valid unless contained in the appended schedule of deviations. (If no deviation state “There are no deviations, variations or changes to the documents.) Addenda issued during the tender period are deemed not to be deviations to the tender documents and schedules.

b) Within 14 calendar days of the date of this form of acceptance (including the schedule of deviations

if any) you shall deliver to the Employer:

- Performance Security (per clause 4 of the FIDIC Conditions of Contract) a proforma of which is attached for your reference. The 1% calculation shall be based on the accepted contract value as contained in this form and there shall be no deviations from the wording of the proforma guarantee.

- Proof of insurance in terms of the information provided in the contract data and clause 18 of the FIDIC Conditions of Contract. Proof of currency of insured cover shall be provided on a monthly basis until contract completion.

- Proof that the contract has been registered by the Department of Labour in terms of Occupational Health and Safety legislation, for which purpose the relevant forms have already been partially completed by the Employer and attached hereto.

- The completion of the attached Employer’s Form of Banking Details.

Failure to fulfil any of these obligations shall constitute a repudiation of this agreement.

Part C1: Agreements and Contract Data C1.34

Reference no. DRT 118/02/2017

4. The effective date of the contract shall be the date of this form of acceptance unless you, within

seven (7) calendar days of the effective date, notify the Employer in writing of any justification why you cannot accept the contents of this agreement.

5. The commencement date of the contract shall be that on which the site hand-over meeting is held, which shall not be later than …. (Usually 28 calendar days after the date of this form, or earlier if circumstances demand and as agreed between tenderer/Employer).

6. Notwithstanding that a full, original-signed copy of the contract document containing all contract

data and schedules (including that of accepted deviations) will be delivered to you, this form of acceptance constitutes the binding contract between us.

Signature ............................................................ Date ......................................................................... Name .................................................................. Capacity .............................................................. for the Employer Department of Roads and Transport Chief Directorate Maintenance Name and ........................................................... Signature of Witness ............................................................... Date .........................................................................

Part C1: Agreements and Contract Data C1.35

Reference no. DRT 118/02/2017

C1.1.3 APPENDIX TO FORM OF ACCEPTANCE Schedule of deviations 1. The deviations listed below constitute agreed variations/amendments to the tender data and

schedules negotiated between the tenderer and Employer based on information provided in Form A4: Schedule of Variations or deviations by tenderer or conditions imposed by the Employer in its acceptance of the offer.

2. In the event that an alternative offer is accepted in terms of F.2.12 of the Tender Data, it is a fundamental condition of acceptance that all responsibilities and concomitant liabilities arising from the alternative design pass from the Employer to the contractor.

3. Addenda issued during the tender period are deemed not to be variations to the tender. 1. ................................................................................................................................................................

2 .................................................................................................................................................................

3 .................................................................................................................................................................

4 .................................................................................................................................................................

(Note to compiler: In the event that an alternative offer has been accepted by the Employer, the various elements of the alternative offer must be listed in this appendix)

Part C1: Agreements and Contract Data C1.36

Reference no. DRT 118/02/2017

C1.2 CONTRACT DATA C1.2.1 CONDITIONS OF CONTRACT Note to tenderer: 1. The Conditions of Contract for Construction (1999 edition) prepared by the International

Federation of Consulting Engineers (FIDIC), as amended, shall apply to this contract. The amendments are those issued by FIDIC and reproduced hereafter, together with additional amendments (particular conditions of contract) as prescribed by The Department of Roads and Transport

TABLE OF CONTENTS PAGE PART A: GENERAL CONDITIONS - FIDIC AMENDMENTS .................................................... C1-38

PART B: PARTICULAR CONDITIONS OF CONTRACT ........................................................... C1-39

1.1 DEFINITIONS .............................................................................................................. C1-41

1.2 INTERPRETATION ...................................................................................................... C1-42

1.5 PRIORITY OF DOCUMENTS ...................................................................................... C1-42

1.6 CONTRACT AGREEMENT ......................................................................................... C1-42

1.7 ASSIGNMENT ............................................................................................................. C1-42

1.8 CARE AND SUPPLY OF DOCUMENTS .................................................................... C1-42

2.3 EMPLOYER’S PERSONNEL ...................................................................................... C1-43

3.1 ENGINEER’S DUTIES AND AUTHORITY .................................................................. C1-43

4.2 PERFORMANCE SECURITY ...................................................................................... C1-43

4.4 SUBCONTRACTORS .................................................................................................. C1-43

4.7 SETTING OUT ............................................................................................................. C1-43

4.8 SAFETY PROCEDURES ............................................................................................. C1-43

4.10 SITE DATA .................................................................................................................. C1-43

4.13 RIGHTS OF WAY AND FACILITIES ........................................................................... C1-43

4.17 CONTRACTOR’S EQUIPMENT .................................................................................. C1-44

4.18 PROTECTION OF THE ENVIRONMENT .................................................................... C1-44

4.19 ELECTRICITY, WATER AND GAS ............................................................................. C1-44

4.20 EMPLOYER’S EQUIPMENT AND FREE-ISSUE MATERIAL .................................... C1-44

4.21 PROGRESS REPORTS .............................................................................................. C1-44

4.22 SECURITY OF THE SITE ............................................................................................ C1-44

4.24 FOSSILS ...................................................................................................................... C1-44

6.5 WORKING HOURS ..................................................................................................... C1-44

6.7 HEALTH AND SAFETY ............................................................................................... C1-44

“6.12 INDEMNITY BY CONTRACTOR ................................................................................. C1-45

8.1 COMMENCEMENT OF WORK ................................................................................... C1-45

8.4 EXTENSION OF TIME FOR COMPLETION ............................................................... C1-45

8.7 DELAY DAMAGES ...................................................................................................... C1-45

10.2 TAKING OVER OF PARTS OF THE WORKS ............................................................ C1-45

11.9 PERFORMANCE CERTIFICATE ................................................................................ C1-45

Part C1: Agreements and Contract Data C1.37

Reference no. DRT 118/02/2017

11.11 CLEARANCE OF SITE ................................................................................................ C1-46

12.3 EVALUATION .............................................................................................................. C1-46

13.3 VARIATION PROCEDURE ......................................................................................... C1-46

13.5 PROVISIONAL SUMS ................................................................................................. C1-46

13.6 DAYWORK .................................................................................................................. C1-46

13.8 ADJUSTMENTS FOR CHANGES IN COSTS ............................................................ C1-46

14.3 APPLICATION FOR INTERIM PAYMENT CERTIFICATES ...................................... C1-47

14.5 PLANT AND MATERIALS INTENDED FOR THE WORKS ....................................... C1-47

14.6 ISSUE OF INTERIM PAYMENT CERTIFICATES....................................................... C1-47

14.7 PAYMENT .................................................................................................................... C1-47

14.8 DELAYED PAYMENT ................................................................................................. C1-48

14.10 STATEMENT AT COMPLETION ................................................................................ C1-48

14.11 APPLICATION FOR FINAL PAYMENT CERTIFICATE ............................................. C1-48

14.15 CURRENCIES OF PAYMENT ..................................................................................... C1-48

15.2 TERMINATION BY THE EMPLOYER ......................................................................... C1-48

17.3 EMPLOYER’S RISKS .................................................................................................. C1-48

18.1 GENERAL REQUIREMENTS FOR INSURANCES .................................................... C1-49

18.2 INSURANCE FOR WORKS AND CONTRACTOR’S EQUIPMENT ........................... C1-49

18.3 INSURANCE AGAINST INJURY TO PERSONS AND DAMAGE TO PROPERTY ... C1-49

18.4 INSURANCE FOR CONTRACTOR’S PERSONNEL ................................................. C1-49

19.1 DEFINITION OF FORCE MAJEURE .......................................................................... C1-49

19.5 FORCE MAJEURE AFFECTING SUBCONTRACTOR .............................................. C1-49

20.1 CONTRACTOR’S CLAIMS ......................................................................................... C1-49

20.2 SETTLEMENT OF DISPUTES .................................................................................... C1-50

20.3 MEDIATION ................................................................................................................. C1-50

20.4 REFERENCE TO COURT ........................................................................................... C1-51

20.5 SPECIAL DISPUTES ................................................................................................... C1-52

20.6 CONTINUING VALIDITY OF SUB-CLAUSES 20.2 TO 20.6 ...................................... C1-52

APPENDIX: GENERAL CONDITIONS OF DISPUTE ADJUDICATION AGREEMENT ................. C1-52

ANNEX: PROCEDURAL RULES .............................................................................................. C1-52

CONTRACT PRICE ADJUSTMENT SCHEDULE ........................................................................... C1-53

Part C1: Agreements and Contract Data C1.38

Reference no. DRT 118/02/2017

PART A: GENERAL CONDITIONS - FIDIC AMENDMENTS Up to 1 March 2006 no amendments have been issued by FIDIC.

Part C1: Agreements and Contract Data C1.39

Reference no. DRT 118/02/2017

PART B: PARTICULAR CONDITIONS OF CONTRACT Note to tenderer: The following amendments are the Department of Roads and Transport’s standard particular conditions to the general conditions and shall apply to this contract. The following additional amendments to the FIDIC Conditions of Contract 1999 apply to this contract:

Part C1: Agreements and Contract Data C1.40

Reference no. DRT 118/02/2017

CONDITIONS OF CONTRACT PARTICULAR CONDITIONS AMENDING THE GENERAL CONDITIONS OF FIDIC SUBJECT INDEX

Clause Clause

BE Definitions 1.1.2.11 Fossils 4.24 BE Subcontractors 4.1 & 4.4 Health & Safety 6.7 Appendix to Tender Assignment

1.1.1.9 1.7

Indemnity by Contractor 6.12

Clearance of Site 11.11 Insurance – General requirements

18.1

Commencement of Works 8.1 Laws Letter of Acceptance

1.1.6.5

The Contract Contract Agreement

1.1.1 1.6

Materials on Site

14.5

Contract Documents - no. of copies

1.8 Payment Certificates

14.6

Contract Price Adjustment schedule

13.8 Performance Certificate 11.9

Contractor’s Claims 20.1 Performance Security 4.2 Contractor’s Equipment 4.17 Priority of Documents 1.5 Contractor’s Obligations – B-BBEE Requirements

4.1 Programme 8.3

Currencies of Payment 14.15 Protection of Environment 4.18 Day work 13.6 Provisional Sums

13.5

Disorderly Conduct 20.2 Retention Money Guarantee 14.3 Disputes Settlement of

20.3 Right of way & facilities 4.13

Mediation

20.3 Safety Procedures 4.8

Court

20.4 Site Data

4.10

Special

20.5 SMME 1.1.2.12

Documents – Priority 1.5 Specifications Subcontractors & Suppliers

4.4

Electricity, Gas, Water 4.19 Supplementary Agreement 1.1.6.10 Employer’s Equipment

4.20 Taking over parts of works Tender

10.2

Employer’s Personnel 2.3 Variations – Procedures 13.3 Employer’s Risks (SASRIA) 17.3 Working hours 6.5 Employer’s Sole Authority 3.1 Written Communications 1.2 Environmental Protection 4.18 Force Majeure: Subcontractor and Supplier

19.5

Part C1: Agreements and Contract Data C1.41

Reference no. DRT 118/02/2017

PARTICULAR CONDITIONS AMENDING THE GENERAL CONDITIONS OF FIDIC 1.1 Definitions 1.1.1 The Contract Replace 1.1.1.1 with: “ “Contract” means the Form of Offer and Acceptance, Contract Data, these Conditions, the Specifications, the Drawings, the Schedules, and the further documents (if any), which are listed in the Form of Offer and Acceptance, and further includes drawings and documents or parts thereof, which any of the aforesaid documents incorporate by reference.” Replace 1.1.1.3 with: “Letter of Acceptance” means the Form of Acceptance as contained in part C1.1.2 of the contract documents.” Replace 1.1.1.4 with: “Letter of Tender” means the Form of Offer as contained in part C.1.1.1 of the contract document.” Replace 1.1.1.5 with: “Specification” means that document entitled Scope of Work, as included in the Contract, and any additions and modifications to the Scope of Work in accordance with the Contract. Such document specifies the Works.” Replace 1.1.1.7 with: “Schedules” means the document(s) completed by the Contractor and submitted with his tender offer, as included in the Contract. Such document(s) may include the Bill of Quantities, data lists and schedules of rates and/or prices.” Replace 1.1.1.8 with: “Tender” means that section of the Form of Offer and Acceptance called ‘Offer’ and all other documents which the Contractor submitted as Returnable Documents, as included in the Contract.” Replace 1.1.1.9 with: “Appendix to Tender” means the completed section entitled C1.2.2 Contract Data – Information provided by the Employer included in the Contract Data:” 1.1.1.10 - Add the following: “Bill of Quantities” shall also mean the Pricing Schedule as contained in section C2.2 of the contract document.” 1.1.3 Dates, Tests, Periods and Completions Replace 1.1.3.9 with: “A “day” means a calendar day, except for any extension of time that is granted under sub-clause 8.4, [Extension of Time for Completion], in which case a day means a working day. A “Year” means 365 calendar days”

Part C1: Agreements and Contract Data C1.42

Reference no. DRT 118/02/2017

1.1.6 Other Definitions 1.1.6.5 “Laws” In the 1st line, replace “(or state)” with “(or other spheres of government)” and in the 2nd line, after “other laws”, insert “including the South African Common Law”. Add the following: "1.1.6.10 “Supplementary Agreement” means an agreement between the Employer and the Contractor for executing work, supplemental to the original Contract, which was not contemplated in the original Contract and is also not required for the proper completion of the original Contract.” 1.2 Interpretation Replace the contents of (d) with: “The expression “written”, “in writing”, “notify”, “the giving of notice”, “giving consent”, “as instructed” or “at the request of” means that communication, either hand-written or printed by whatever means, including transmission by telefax or e-mail, and resulting in a permanent record. However, such notice, instruction, consent or request is not deemed to have been delivered by virtue of its appearance in the minutes of meetings.” 1.5 Priority of Documents Replace sub-paragraphs items (a) to (h) with: “(a) the Forms of Offer and Acceptance (b) the Appendix to Tender within the Contract data (c) the Particular Conditions of Contract (d) the General Conditions (e) the Scope of Works, (f) the project Drawings, (g) the standard Specifications, (h) the standard Drawings, and (i) the Schedules and any other documents forming part of the Contract.” 1.6 Contract Agreement Replace the 1st two sentences with the following: “The Parties shall enter into a Contract Agreement when the Employer issues the Form of Acceptance (see Particular Condition 1.1.1.3). The Contract Agreement shall be in the form prescribed in the tender documents” 1.7 Assignment Change the title of this sub-clause to read “Assignment/Cession” and replace its contents with the following: “Neither Party shall, without the written consent of the other, assign the contract or any part thereof or any obligation under the Contract or cede any right or benefit thereunder.” 1.8 Care and Supply of Documents In the 1st paragraph, 2nd line, change “two copies” to “one copy”. In the 2nd paragraph, 3rd line, change “six” to “two”.

Part C1: Agreements and Contract Data C1.43

Reference no. DRT 118/02/2017

2.3 Employer’s Personnel In the 1st sentence delete “and the Employer’s other contractors”. 3.1 Engineer’s Duties and Authority After the 3rd paragraph insert the following: “In addition to the actions stipulated in the General Conditions whereby the Engineer shall first obtain the approval of the Employer, the Employer’s approval shall also be obtained before taking any action under sub-clauses 8.4, 11.9, 13.3 and 20.1 as amended in these Particular Conditions”. 4.2 Performance Security Replace the 2nd paragraph with: “The Contractor shall deliver the Performance Security to the Employer within 14 days of the date of issue of the Letter of Acceptance. The Performance Security shall be issued by a bank or insurance company registered or licensed as a bank or insurance company to do business in the Republic of South Africa and approved by the Employer and having an office or banking facility in the Republic of South Africa. The Performance Security shall be subject to approval by the Employer and shall be in the form prescribed in the tender documents or in another form approved by the Employer.” In the last line of the last paragraph replace the words “Performance Certificate” with “Taking-Over Certificate”. 4.4 Subcontractors In the first paragraph delete “the whole of the Works” and add “more than 40% of the Works without the express approval of the Employer”. 4.7 Setting Out Amend the second line of the second paragraph to read: “……reference, provided that the Contractor shall provide proof of their inaccuracy before they are used.”

4.8 Safety Procedures Add the following sub-paragraph: “(f) enter into and execute an agreement as provided for under Section 37(2) of the Occupational

Health and Safety Act, 1993 (Act No 85 of 1993) and shall comply with all other requirements of Act No 85 of 1993 and Construction Regulations, 2014 (as amended). The agreement in the relevant form shall be prepared at the expense of the Employer.”

4.10 Site Data In the 1st paragraph, 1st sentence, replace “prior to the Base Date” with “either as part of or by reference in the Tender Documents or, otherwise, not later than 7 days before the latest date for submission of the Tender Documents”, and delete the 2nd sentence. 4.13 Rights of Way and Facilities Add the following paragraph: “The Contractor shall abide by the procedures for the provision of deviation, haul and construction roads, and the requirements for the construction, maintenance and final reinstatement of such roads, all as set out in the standard Specifications.”

Part C1: Agreements and Contract Data C1.44

Reference no. DRT 118/02/2017

4.17 Contractor’s Equipment Add the following paragraph: “The Contractor shall notify the Engineer, in writing, of the names and addresses of the owners of all major items of equipment not owned by the Contractor.” 4.18 Protection of the Environment In the 1st paragraph, 1st sentence add “and shall ensure compliance with all the environmental requirements indicated in part C3 Scope of Work.” Add the following paragraph: “The Contractor shall indemnify the Employer against any liability arising from or in relation to any of the above matters.” 4.19 Electricity, Water and Gas In the 1st paragraph, 1st line, delete “except as stated below”, and delete the 2nd and 3rd paragraphs. 4.20 Employer’s Equipment and Free-Issue Material Delete “and Free-Issue Material” from the title of the sub-clause and delete the 3rd and 4th paragraphs. 4.21 Progress Reports In the 1st paragraph, 2nd line, delete “in six copies”. 4.22 Security of the Site Replace the full stop at the end of sub clause (b) with a comma and continue this clause as follows: “... on the Site, or utility or service owners whom the Employer or the Engineer identifies as having also been authorised. Without said notice, the Contractor may refuse access to such utility or service owners; and” Add the following sub clause: “(c) The Contractor shall indemnify the Employer against any liability for damage incurred to, or loss of,

property within the site identified in the contract documents as not belonging to the Employer regardless of whether or not such damage or loss is caused by the Contractor’s equipment.”

4.24 Fossils In the 1st paragraph, 1st sentence after “fossils” insert “and graves” and in the 2nd sentence, add “and shall indemnify the Employer against any liability arising from such loss or damage.” 6.5 Working Hours Replace the 1st sentence with the following: “No work shall be carried out on Site on Sundays or on any special non-working day stated in the Contract Data or between sunset and sunrise on any day, unless:” 6.7 Health and Safety Replace the 1st paragraph with the following: “The Contractor shall provide and maintain on the Site adequate and suitable sanitary and first aid services (including the provision at all times of a person qualified to render medical first aid) and a supply of potable water for the Contractor’s, the Employer’s and the Engineer’s personnel engaged on the Contract and, if necessary, similar facilities elsewhere for such personnel off the Site.”

Part C1: Agreements and Contract Data C1.45

Reference no. DRT 118/02/2017

Add the following sub-clause: “6.12 Indemnity by Contractor The Contractor shall indemnify the Employer against and from all damages, losses and expenses (including legal fees and expenses) resulting from: (a) the loss of output and delay caused by the slowing down or partial or total stoppage of work caused

by: i. all or any of the Contractor’s workforce as a result of a dispute between all or any of the

Contractor’s workforce and the Contractor; or ii. all or any of the Contractor’s suppliers’ difficulty or impossibility to deliver goods or materials

needed to perform the Works; (b) any unlawful, riotous or disorderly conduct by or amongst the Contractor’s personnel.” 8.1 Commencement of Work In the 1st paragraph, delete the 1st sentence, and in the 2nd sentence replace “42 days after the Contractor receives the Letter of Acceptance” with “28 days of the date of issue of the Letter of Acceptance.” In the 2nd line of the 2nd paragraph, after the words “Commencement Date”, insert “but within the period stated in the Contract Data.” 8.4 Extension of Time for Completion Replace the word “Engineer” with “Employer” in the last sentence of the last paragraph. 8.7 Delay Damages Add the following after the first paragraph: “The Contractor shall in consultation with the specific regional manager determine the commencement date and the period required to complete a specific work order. Should the Contractor fails to comply he shall pay delay damages to the Employer as stated in the Appendix to Tender.” Add the following paragraph: “Where stated in the Appendix to tender, the contractor shall be subject to penalties for non-compliances with specified accommodation of traffic road signage identified by the engineer and for each additional day of lane closure needed to complete programmed work sections.” 10.2 Taking Over of Parts of the Works Delete the 2nd paragraph. Between the 3rd and 4th paragraphs insert the following paragraph: “The Employer may make use of any part of the Permanent Works prior to the issue of a Taking Over-Certificate.” Delete the 5th paragraph. 11.9 Performance Certificate In the 1st paragraph, 2nd line and in the 2nd paragraph, 1st line, replace the word “Engineer” with “Employer”. Delete the last sentence of the 2nd paragraph.

Part C1: Agreements and Contract Data C1.46

Reference no. DRT 118/02/2017

11.11 Clearance of Site Replace the 1st paragraph with the following: “With the exception of Plant, Materials and Contractor’s Equipment required to complete any outstanding work or to remedy defects or damage as notified by, or on behalf of, the Employer and which Plant, Materials and Contractor’s Equipment have been agreed by the Engineer and the Contractor, the Contractor shall, upon receipt of the Taking-Over Certificate, remove all Contractor’s Equipment and surplus material, wreckage, rubbish and Temporary Works, from the Site unless otherwise instructed by the Engineer.” In the 2nd paragraph, replace “after the Employer receives a copy of the Performance Certificate” with “after the issue of the Taking-Over Certificate”. 12.3 Evaluation Delete this clause. 13.3 Variation Procedure Replace the 3rd paragraph with the following: “Each instruction to execute a Variation, unless the Variation is to be executed on a Day work basis, shall be a written instruction presented in the form of a Variation order. The Variation order shall be presented to the Employer, who shall signify his approval before the order is signed by the Engineer and issued to the Contractor, who shall acknowledge his acceptance by signing the order. The Contractor shall not accept a Variation order that is not approved and signed by the Employer”. 13.5 Provisional Sums In the 1st line of sub-paragraph (b) after “services” insert “and including items for which a prime cost sum has been provided in the Bill of Quantities”. 13.6 Day work Replace the 2nd and 3rd sentences in the 1st paragraph with “The following procedure shall apply.” Add the following as the 5th paragraph of this sub-clause: “The work shall be valued in accordance with the Day work Schedule included in the Contract or, in the absence of a Day work Schedule or for items not included in the Day work Schedule the Contractor shall be paid the aggregate of: (i) the gross remuneration of the workmen for the time they are actually engaged on the work

concerned, (ii) the net cost of Materials actually used, (iii) an amount in respect of Contractor’s Equipment which shall be charged on a time basis at the rates

stated in the Tender, failing which at rates, to be agreed between the Contractor and the Engineer or, failing agreement, to be determined by the Engineer on the basis of ruling equipment hire rates and

(iv) the percentage allowances stated in the Contract Data, which allowances shall be held to cover all charges for the Contractor’s and/or Subcontractor’s profits, timekeeping, clerical work, insurance, establishment, superintendence and the use of hand tools.”

13.8 Adjustments for Changes in Costs Replace this sub-clause with the following: “The value of certificates issued in terms of Sub-clause 14.6 (excluding the value of those special Materials specified in the Contract Data) shall be increased or decreased by applying a Contract Price adjustment factor calculated according to the formula and the conditions set out in the Contract Price adjustment Schedule appended to these Particular Conditions.

Part C1: Agreements and Contract Data C1.47

Reference no. DRT 118/02/2017

Price adjustments for variations in the costs of special Materials specified in the Contract Data shall be made in the manner set out in the Contract Price adjustment schedule.” 14.3 Application for Interim Payment Certificates In the 1st line of the 1st paragraph, delete “in six copies.” In the 4th line of the 1st paragraph, change “the report” to “reports.” In the 2nd paragraph, sub-paragraph (c), after “above amounts” insert “and 80% of the value of Materials on Site” and add the following as a final paragraph: “If, as stated in the Contract Data, a Retention Money Guarantee is permitted and the Contractor elects to furnish it, the guarantee shall, at the cost of the Contractor, be executed by an insurance company or bank in a form approved by the Employer. The said company or bank shall be registered or licensed to do business in the Republic of South Africa and shall have an office and banking facility in the Republic of South Africa and shall be subject to approval by the Employer. The aggregate liability under the guarantee shall be the maximum amount of retention monies to be retained by the Employer, which amount shall be as stated in the Contract Data. Other conditions, if any, additional to the above standard conditions shall be as stated in the Contract Data. The guarantee shall expire on the date on which the last of the retention monies (which, but for the guarantee, would have been retained by the Employer) becomes payable to the Contractor. The guarantee shall be returned to the guarantor upon final payment of the aggregate liability or on the date of expiry, whichever is the earlier.” 14.5 Plant and Materials intended for the Works In the first paragraph delete “If this Sub-Clause applies”. Delete the 2nd paragraph. In the 3rd paragraph, delete sub-paragraphs (b) and (c) (i) and amend sub-paragraph (a) so that (c)(ii) becomes (a)(iii) thus: “(a) (ii) supported by satisfactory evidence; and (a)(iii) the relevant Plant and Materials have been delivered to and …” Add the following paragraph: “If so agreed in writing by the Employer, the provisions of this Sub-Clause 14.5, as amended herein, shall apply equally to Plant and Materials intended for incorporation in the Permanent Works and stored at places other than the Site.” 14.6 Issue of Interim Payment Certificates In the 2nd line of the 1st paragraph replace “28” with “14” 14.7 Payment In sub-paragraphs (b) and (c) of the 1st paragraph replace “56” with “28”. Delete the 2nd paragraph.

Part C1: Agreements and Contract Data C1.48

Reference no. DRT 118/02/2017

14.8 Delayed Payment Replace the 2nd paragraph with the following: “These financing charges shall be at the rate prescribed in terms of the Prescribed Rate of Interest Act, 1975 (Act No 55 of 1975)”. 14.10 Statement at Completion In the 2nd line of the 1st paragraph delete “six copies of”. 14.11 Application for Final Payment Certificate In the 2nd line of the 1st paragraph delete “six copies of”. In the 3rd paragraph, replace the last sentence with: “Thereafter, when the dispute is finally resolved, the Contractor shall then prepare and submit to the Employer (with a copy to the Engineer) a Final Statement.” 14.15 Currencies of Payment Delete this sub-clause. 15.2 Termination by the Employer Delete sub-paragraph (f) and replace with the following: "(f) Gives or has given, offers to give or has offered to give (directly or indirectly) to any person any

bribe, gift, gratuity, commission or other thing of value, as an inducement or reward: (i) for doing or forbearing to do any action in relation to the Contract or any other contract with

the Employer or State Department or Organ of State, or (ii) for showing or forbearing to show favour or disfavour to any person in relation to the

Contract or any other contract with the Employer or State Department or Organ of State, or if any of the Contractor’s Personnel, agents or Subcontractors gives or has given, offers to give

or has offered to give (directly or indirectly) to any person any such inducement or reward as is described in this sub-paragraph (f). However, lawful inducements and rewards to Contractor’s Personnel shall not entitle termination."

Add the following sub-paragraph: "(g) Misrepresented, whether innocently, negligently or fraudulently, the true facts requested in the

tender documents." Insert the following after the expression e) or f) in the penultimate line of the second paragraph: “or g)” Replace the full stop at the end of the third paragraph with a comma and add the following: "including the right to terminate any other contract between the Employer and the Contractor and to forbid the Contractor or any employee, partner, shareholder or director of the Contractor to tender on any future projects put out to tender by the Employer for a period of five years from the date of notice of termination, which period may be reduced by application to and at the sole discretion of the Employer." 17.3 Employer’s Risks Add the following to sub-paragraph (c): “unless these risks are insurable with the South African Special Risks Insurance Association (SASRIA) at the time of tendering and it is stipulated in the Contract Data that the Contractor is to effect insurance against these risks”.

Part C1: Agreements and Contract Data C1.49

Reference no. DRT 118/02/2017

18.1 General Requirements for Insurances Replace this sub-clause with the following: “The Contractor shall effect all insurances as have been proposed and agreed by the Contractor as being necessary to adequately cover his insurable obligations under the Contract and shall maintain such insurances for the duration of the Contract. With regard to the insurances to be effected for insurance against injury to Persons and Damage to property the Contractor shall arrange for the policy to be issued in the joint names of the Contractor, the Employer and Subcontractors and will incorporate a Cross Liability clause. The Employer shall be entitled at his discretion to call for evidence of the scope and validity of such insurance as and when this may be required. If required, the Contractor shall provide proof that he has paid all contributions required in terms of the compensation for Occupational Injuries and Diseases, 1993 (Act No 130 of 1993).” 18.2 Insurance for Works and Contractor’s Equipment Delete this sub-clause. 18.3 Insurance against Injury to Persons and Damage to Property Delete this sub-clause. 18.4 Insurance for Contractor’s Personnel Delete this sub-clause. 19.1 Definition of Force Majeure In the third line of sub clause 19.1(iii) insert “or suppliers,” after the word “Subcontractors”. 19.5 Force Majeure Affecting Subcontractor Amend the title to read “Force Majeure Affecting Subcontractor and Supplier”. In the first line insert “or supplier” after the word “Subcontractor” 20.1 Contractor’s Claims In paragraph 5, insert the following after the first sentence: "If an extension of time is granted the Contractor shall be paid such additional time-related Preliminary and General allowances as are appropriate having regard to any other compensation which may already have been granted in respect of the circumstances concerned. Payment of costs additional to the above will only be considered if the costs derive from claims that fall within the terms of Clause 13 [Variations and Adjustments] and/or Sub-clause 17.3 [Employer’s Risks].” Replace the 6th paragraph with the following: “After receiving a claim or any further particulars supporting a previous claim, the Engineer shall present such claim or particulars to the Employer, together with his recommendations, for a ruling, which ruling shall be given to the Contractor within 42 days after receiving a claim or any further particulars, provided that the said period of 42 days may be extended by application from one Party and approval of the other. If the Employer fails to give his ruling within the specified period, or agreed extension thereto, it shall be deemed that the Employer has dismissed the claim.” Delete the 8th paragraph. 20.2 to 20.8

Part C1: Agreements and Contract Data C1.50

Reference no. DRT 118/02/2017

Replace these sub-clauses with the following: 20.2 Settlement of Disputes (a) The Contractor shall have the right to dispute any ruling given or deemed to have been given by

the Employer or the Engineer, provided that, unless the Contractor shall, within 42 days after his receipt of a ruling or after a ruling shall have been deemed to have been given, give written notice (hereinafter referred to as a “Dispute Notice”) to the Engineer, referring to this Clause, disputing the validity or correctness of the whole or a specified part of the ruling, he shall have no further right to dispute that ruling or the part thereof not disputed in the said Dispute Notice.

(b) All further references herein to a ruling shall relate to the ruling, or part thereof, specified in the

Dispute Notice, as varied or added to by agreement between the Contractor and the Engineer or by the Engineer’s decision in terms of sub-paragraph (c) or by the Mediator’s opinion to the extent that it has become binding in terms of Sub-clause 20.3(f).

(c) The Engineer shall i) before giving his decision on the dispute, consult the Employer thereon and give the

Contractor a reasonable opportunity to present written or oral submissions thereon, which latter shall be confirmed in writing within 7 days

ii) deliver his decision in writing to the Employer and to the Contractor, and iii) give his decision within 56 days of his receipt of the Dispute Notice, or within any further

period as may be agreed between the Engineer and the Contractor, failing which, he shall be deemed to have given a decision affirming, without amendment, the ruling concerned.

(d) Unless either the Employer or the Contractor, shall, within 28 days after his receipt of notice of the

decision in terms of sub-paragraph (c)(ii) or after the decision is deemed to have been given in terms of sub-paragraph (c)(iii), have given notice in writing to the Engineer, with a copy to the other Party, disputing the Engineer’s decision or a specific part thereof, he shall have no further right to dispute any part of the ruling not specified in his said notice.

(e) If either Party shall have given written notice in compliance with sub-paragraph (d), the dispute

shall be referred to mediation in terms of Sub-Clause 20.3 unless either Party has given written notice to the other Party of its intention to refer the matter in dispute to court, which notice shall be given either:

i) within 28 days of receipt of notice of the Engineer’s decision, or ii) within 14 days of receipt by the one Party of the other Party’s notice of dispute of the

Engineer’s decision. If notice of intention to refer the matter in dispute to Court has been served by either party, the

matter in dispute shall not be referred to mediation but shall be referred to Court. (f) Notwithstanding that the Contractor may, in respect of a ruling, have given a Dispute Notice, the

ruling shall be of full force and carried into effect unless and until otherwise agreed by both Parties in terms of Sub-Clause 20.3(f) or as determined in a court judgement.

20.3 Mediation (a) The mediation referred to in Sub-Clause 20.2(e) shall be conducted by a mediator selected by

agreement between the Parties or, failing such agreement within 7 days after a written request by either Party for such agreement, nominated on the application of either Party by the President for the time being of the South African Institution of Civil Engineering.

If, for any reason, the person appointed fails to assume or to continue in the office concerned: (i) the provisions of Sub-Clause 20.3 shall apply mutatis mutandis in the appointment of a

successor, and (ii) in making his nomination in terms of this sub-clause, the president for the time being of the

South African Institution of Civil Engineering shall, at his own discretion, act in consultation

Part C1: Agreements and Contract Data C1.51

Reference no. DRT 118/02/2017

with the presidents for the time being of Consulting Engineers South Africa and the South African Federation of Civil Engineering Contractors, and

(iii) if the president required to make a nomination in terms of this sub-clause shall have a direct or indirect interest in the subject matter of the dispute, the nomination shall be made by the chief executive officer or the next senior officer of the body concerned who has no such interest.

(b) Neither Party shall be entitled to be represented at any hearing before, or at, any meeting, or in any

discussion, with the mediator except by any of the following:

i) the Party himself, if a natural person, ii) a partner in the case of a partnership, iii) an executive director in the case of a company, iv) a member in the case of a close corporation, v) the Engineer, vi) a bona fide employee of the party concerned, and vii) a professional engineer appointed for the purpose by the Party concerned.

(c) The mediator shall, as he deems fit, follow formal or informal procedure and receive evidence or

submissions orally or in writing, sworn or unsworn, at joint meetings with the Parties or separately or from any person whom he considers can assist in the formulation of his opinion, provided that:

i) each Party shall be given reasonable opportunities of presenting evidence or submissions

and of responding to evidence or submissions of the other Party, and

ii) each Party shall be given full details of any evidence or submissions received by the Mediator from the other Party or any other person otherwise than at a meeting where both Parties are present or represented.

(d) The mediator shall have the power to propose to the Parties compromise settlements of or

agreements in disposal of the whole or portion of the dispute. (e) The mediator shall, as soon as reasonably practical, give to each of the Parties his written opinion

on the dispute, setting out the facts and the provisions of the Contract on which the opinion is based and recording the details of any agreement reached between the Parties during the mediation.

(f) The mediator’s opinion shall become binding on the Parties only to the extent correctly recorded as

being agreed by the Parties in the mediator’s written opinion or otherwise as recorded as being agreed in writing by both Parties subsequent to the receipt of the mediator’s opinion.

(g) The dispute on any matter still unresolved after the application of the provisions of sub-paragraph

(f) shall be resolved by court proceedings. (h) Save for reference to any portion of the mediator’s opinion which has become binding in terms of

sub-paragraph (f), no reference shall be made by or on behalf of either Party, in any proceedings subsequent to mediation, to the mediator’s opinion, or to the fact that any particular evidence was given, or to any submission, statement or admission made in the course of the mediation.

(i) Irrespective of the nature of the mediator’s opinion: (i) each Party shall bear his own costs arising from the mediation, and (ii) the Parties shall in equal shares pay the mediator the amount of his expenses and the

amount of his fee based on a scale of fees as agreed between the mediator and the Parties before the commencement of the mediation.

20.4 Reference to Court If a dispute is still unresolved as provided for in sub-paragraph (g) of sub-clause 20.3 or the dispute is one described in sub-clause 20.5, the dispute shall be determined by court proceedings, provided that:

Part C1: Agreements and Contract Data C1.52

Reference no. DRT 118/02/2017

(a) nothing herein contained shall deprive the Contractor of the right to institute immediate court proceedings in respect of failure by the Employer to pay the amount of a payment certificate on its due date or to refund any amount of retention money on its due date for refund,

(b) no ruling or decision given by the Engineer in accordance with the provisions of the Contract shall disqualify him from being called as a witness and giving evidence before the court on any matter whatsoever relevant to the dispute concerned, and

(c) the court shall have full power to open up, review and revise any ruling, decision, order, instruction, certificate or valuation of the Engineer relevant to the matter in dispute.

20.5 Special Disputes Notwithstanding anything elsewhere provided in sub-clauses 20.2, 20.3 and 20.4, any dispute between the Contractor and the Employer, (a) not relating to a ruling, decision, order, instruction or certificate by the Engineer, or (b) arising after the completion of the Contract or, if a Defects Notification Period is provided, after the

termination of that period, shall be determined, without the application of the provisions of sub-clauses 20.2 and 20.3 by court proceedings which may be initiated by either Party, in which event the provisions of sub-clause 20.4 shall apply. 20.6 Continuing Validity of sub-clauses 20.2 to 20.6 Sub-clauses 20.2 to 20.6 inclusive constitute a separate, divisible agreement from the rest of the Contract and shall remain valid and applicable, notwithstanding that the Works may have been completed or that the rest of the Contract may be void or voidable or may have been cancelled for any reason.” APPENDIX: General Conditions of Dispute Adjudication Agreement Delete this appendix ANNEX: Procedural Rules Delete this annexure

Part C1: Agreements and Contract Data C1.53

Reference no. DRT 118/02/2017

APPENDIX TO THE PARTICULAR CONDITIONS: CONTRACT PRICE ADJUSTMENT SCHEDULE 1. Contract In accordance with sub-clause 13.8, the value of each certificate issued in terms Price of sub-clause 14.6 shall be increased or decreased by the amount obtained by Adjustment multiplying “Ac”, defined in clause 2 of this Schedule, by the Contract Price

adjustment factor, rounded off to the sixth decimal place (or the fourth decimal place if

expressed as a percentage), determined according to the formula:

(1 – x) aLt + bEt + cMt + dFt - 1 Lo Eo Mo Fo in which the symbols have the following meanings: “x” is the proportion of “Ac” which is not subject to adjustment. Unless otherwise

stated in the Appendix this proportion shall be 0, 15. “a”, “b”, “c” and “d” are the co-efficient determined by the Engineer and specified

in the Contract Data, which are deemed, irrespective of the actual constituents of the work, to represent the proportionate value of labour, equipment, materials (other than “special materials” specified, in terms of sub-clause 13.8, in the Contract Data) and fuel respectively. The arithmetical sum of “a”, “b”, “c”, and “d” shall be unity.

“L” is the “Labour Index” and shall be the “Consumer Price Index” for the urban

area specified in the Contract Data, as published in the Statistical Release P0141, Additional tables, Table 13, of Statistics South Africa.

“E” is the “Equipment Index” and shall be the “Civil Engineering Plant Index” as

published in the Statistical Release P0142.1, Table 12, of Statistics South Africa. Note that Statistics South Africa’s “Civil Engineering Plant” includes equipment.

“M” is the “Materials Index” and shall be the “Price Index of Civil Engineering

Materials”, as published in the Statistical Release P0142.1, Table 11, of Statistics South Africa.

“F” is the “Fuel Index” and shall be the index for diesel oil – Coast and

Witwatersrand, as published in the Statistical Release P0142.1, Table 12, of Statistics South Africa.

The suffix “o” denotes the basic indices applicable on the Base Date as defined

in sub-clause 1.1.3.1 of the General Conditions of Contract. The suffix “t” denotes the current indices applicable to the month in which the

last day of the period falls to which the relevant payment certificate relates. If any index relevant to any particular Payment Certificate is not known at the

time when the certificate is prepared, the Engineer may estimate the value of such index. Any correction which may be necessary when the correct indices become known shall be made by the Engineer in subsequent Payment Certificates.

2. Assessment For the purpose of calculating the adjustment to the value of the of amount certificates, the amount “Ac” shall be determined by the formula: subject to adjustment Ac = T – S – D – W – G – Ap In which formula the symbols have the following meanings:

Part C1: Agreements and Contract Data C1.54

Reference no. DRT 118/02/2017

“T” is the summation of the total value of the (i) preliminary and general items, (ii) work done, and (iii) Materials on Site as certified in the Payment Certificate under consideration without any

deduction whatsoever and before any adjustment made in terms of this Schedule

“S” is the aggregate of (i), (ii), (iii) and (iv), referred to below, and included in “T”:

(i) the amounts actually expended and substituted for any prime cost sums; (ii) the value of any work done by Nominated Subcontractors; (iii) the value of any work done against Provisional Sums (iv) the value of any extra or additional work done under a Variation order

where special arrangements for price adjustments in respect of those amounts

were made and recorded at the time the work was ordered. “D” is the value of work included in “T” and done at new rates fixed in terms of

sub-clause 12.3, where those rates are not based on labour, Contractor’s Equipment or Materials costs in force at the time of tendering. Generally new rates may be based on current costs and de-escalated to the Base Date of the indices, in which case work done at these rates shall not be included in the value of “D”.

“W” is the amount included in “T” and paid for any Day work executed at Cost

plus percentage allowances as set out in sub-clause 13.6 as amended by Particular Condition.

“G” is the amount included in “T” for Materials classified and dealt with as

“special materials” in terms of sub-clause 13.8 as amended by Particular Condition.

“Ap” is the summation of all “Ac” amounts determined in terms of Clause 2 of

this Schedule for all Payment Certificates preceding in time the Payment Certificate under consideration.

3. Reduction of Save only for Variations ordered to be carried out after the Time for CPAF after Completion has expired, the Contract Price adjustment factor to be Time for applied to certificates relating to work done or materials supplied after the of Completion the Time for Completion shall be half the factor calculated by inserting in the has expired formula referred to in Clause 1 of this Schedule the indices Lt, Et, Mt and Ft

applicable at the date of expiry of the Time for Completion. 4. Special The price of each “special material” specified in the Contract Data shall be materials increased or decreased by the net amount of any variation incurred after the

date of the Tender on the basis set out in the Contract, provided that any claim for adjustment in terms hereof shall be substantiated by the submission of acceptable invoices and any other supporting documents which the Engineer considers necessary for that purpose. However, except for Variations ordered in terms of Clause 13 (Variations and Adjustments) all adjustments after expiry of Time for Completion shall be calculated by using the price of each “special material” at expiry of Time for Completion or the contract base price of each “special material”, whichever is the lesser.

For the purpose of this clause, “the net amount of any Variation” in respect of a

particular material referred to as a “special material” in terms of sub-clause 13.8 shall be calculated by multiplying the difference between the rate or price entered in the Contract by the Contractor for that Material and the equivalent rate or price actually paid by the Contractor for the Material by the quantity of the Material in question.

Part C1: Agreements and Contract Data C1.55

Reference no. DRT 118/02/2017

5. Assessment If more than one month intervenes between the months applicable to any of indices if Payment Certificate and the month applicable to the immediately succeeding certificates are payment certificate, then the indices “Lt”, “Et”, “Mt” and “Ft” applicable to the not issued succeeding Payment Certificate shall each be taken as the arithmetic mean, monthly rounded off to the second decimal place, of the relevant indices applicable to

the month of measurement and to such intervening months.

Part C1: Agreements and Contract Data C1.56

Reference no. DRT 118/02/2017

C1.2.2 CONTRACT DATA - INFORMATION PROVIDED BY THE EMPLOYER APPENDIX TO TENDER Note: Clause numbers (Cl. No.) refer to the FIDIC “General Conditions of Contract for Construction

for Building and Engineering Works designed by the Employer” (1999). The prefix A refers to an amendment in the Particular Conditions.

Item Clause No Data Employer 1.1.2.2 means The Department of Roads and Transport The Employer’s address is:

Department of Roads and Transport

Private Bag X83

Marshalltown

2107 Engineer 1.1.2.4 The Deputy Director, Directorate Technical Auxiliary, Co-

ordination and Office Support at Koedoespoort will act as the Engineer.

Communications 1.3 The addresses for communication between the parties shall be: Period of validity of tender

90 days after the closing date for tenders

Time for completion of works

1.1.3.3. 36 months maximum including the contractor’s holidays in December and January

Defects for notification period

1.1.3.7 12 calendar months

Laws 1.1.6.5 The law governing this contract is South African law

Time for access to the site

2.1 Nil (access on Commencement Date)

Amount of performance security

4.2 10 % of the accepted contract amount (Cl no. 4.11)

Base date 13.8 Base date for this contract is the month prior to the date of tender closure

Special non-working hours/days

A6.5 All designated public holidays (including all foreseeable statutory declared election days),

Period in which works must commence

A8.1 Not later than 14 days after the date on a Works Order

Delay damages for the works

A8.7 (a) Delay Damages (i) Complete works R 5000/day for any specific

works order

Part C1: Agreements and Contract Data C1.57

Reference no. DRT 118/02/2017

Evaluation A12.3 The term “fixed rate item” shall apply to all items of work listed in the Pricing Schedule.(Including agreed items of work listed in variation orders)

Day work allowances A 13.6 Not applicable

Price Variations

A 13.8

Not Applicable

Retention money: - Percentage

14.3 (c) Not Applicable

- Limit

14.3 (c) Not Applicable

Minimum amount of interim payment certificate

14.6 R 750 000.00

Contractor to insure with SASRIA

A17.3 (c) Applicable / Required

Appointment of DAB A 20.2 Not Applicable

BEE Target values (CPG) Labour Content SMME/BE utilization Termination by Employer Suspension and Termination by Contractor Risk and Responsibility Insurance Insurance for contractors works and equipment General Public Liability cover for claims against the contractor Insurance for contractors personnel

E3.2 15 16 17 18.1 18.2 18.3 18.4

Not Applicable Not Applicable Not Applicable Applicable Applicable Applicable Applicable / Required Applicable / Required Applicable / Required Applicable / Required

SIGNED BY TENDERER: ........................................................................................................................

Part C1: Agreements and Contract Data C1.58

Reference no. DRT 118/02/2017

C1.2.3 CONTRACT DATA – INFORMATION PROVIDED BY THE TENDERER The Contractor is ...................................................................................................................................... ................................................................................................................................................................... Physical Address: ..................................................................................................................................... ................................................................................................................................................................... ................................................................................................................................................................... Telephone: ………………………………… Facsimile: …………………………………. Email……………………………………….. The authorised and designated representative of the Contractor is: Name: ....................................................................................................................................................... The postal address for receipt of communications is: .............................................................................. ................................................................................................................................................................... ................................................................................................................................................................... Physical Address: ..................................................................................................................................... ................................................................................................................................................................... Telephone: ……………………………… Facsimile: ………………………………. Email. …………………………………….

Part C1: Agreements and Contract Data C1.59

Reference no. DRT 118/02/2017

C1.3 OTHER STANDARD FORMS C1.3.1 FORM OF OCCUPATION HEALTH AND SAFETY ACT 1993 (ACT NO. 85 OF 1993)

This AGREEMENT made at ……………………………………………….. on this the ………….. day of

………………………………….. in the year …………… between THE DEPARTMENT OF ROADS AND

TRANSPORT (hereinafter called “the Employer”) on the one part, herein represented by

…………………………………………….……….. in his capacity as ………………………………………. and

delegate of the Employer in terms of the Employer’s standard powers of delegation pursuant to the

provisions of Act No. 7 of 1998, and ………………………………………………………………. (hereinafter

called “the Mandatory”) on the other part, herein represented by ……….........………………

…………………………………………. in his capacity as ………………………………………………….

WHEREAS the Employer is desirous that certain works be constructed, viz TENDER NR:

……………………………….……….:for………………………………………………………..………………

................................................................................................................................................................... and has accepted a tender by the Mandatory for the construction, completion & maintenance of such works and whereas the Employer and the Mandatory have agreed to certain arrangements and procedures to be followed in order to ensure compliance by the Mandatory with the provisions of the Occupational Health and Safety Act 1993 (Act 85 of 1993); NOW THEREFORE THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. The Mandatory shall execute the work in accordance with the contract documents pertaining to this

contract. 2. This Agreement shall hold good from its commencement date, to either :

a) the date of the Performance Certificate issued in terms of sub-clause 11.9 of the FIDIC Conditions of Contract for Construction for building and engineering works designed by the Employer (1999) (hereinafter referred to as "the GCC"), as contained in Volume 1 of the contract documents pertaining to this contract, or

b) the date of termination of the contract in terms of clauses 15, 16 or 19 of the GCC.

3. The Mandatory declares himself to be conversant with the following:-

a) All the requirements, regulations and standards of the Occupational Health and Safety Act (Act 85 of 1993), hereinafter referred to as "The Act", together with its amendments and with special reference to the following Sections of The Act. i) Section 8: General duties of employers to their employees. ii) Section 9: General duties of employers and self-employed persons to persons other than

employees. iii) Section 37: Acts or omissions by employees or mandatories and iv) Sub-section 37(2) relating to the purpose and meaning of this Agreement.

b) The procedures and safety rules of the Employer as pertaining to the Mandatory and to all his

subcontractors. 4. In addition to the requirements of sub-clause 4.8, 6.7 and 17.1 of the GCC and all relevant

requirements of Volume 3 of the contract documents pertaining to this contract, the Mandatory agrees to execute all the works forming part of this contract and to operate and utilize all machinery, plant and equipment in accordance with The Act.

Part C1: Agreements and Contract Data C1.60

Reference no. DRT 118/02/2017

5. The Mandatory is responsible for the compliance with the Act by all his subcontractors, whether or not nominated and/or approved by the Employer.

6. The Mandatory warrants that all his and his subcontractors’ workmen are covered in terms of the

Compensation for Occupational Injuries and Diseases Act 1993, which cover shall remain in force whilst any such workmen are present on site. A letter of good standing from the Compensation Commissioner to this effect must be produced to the Employer upon signature of the agreement.

7. The Mandatory undertakes to ensure that he and/or his subcontractors and/or their respective

employees will at all times comply with the following conditions:

a) The Mandatory shall assume the responsibility in terms of Section 16.1 of The Act. The Mandatory shall not delegate any duty in terms of Section 16.2 of The Act without the prior written approval of the Employer. If the Mandatory obtains such approval and delegates any duty in terms of section 16.2 a copy of such written delegation shall immediately be forwarded to the Employer.

b) All incidents referred to in The Act shall be reported by the Mandatory to the Department of

Labour as well as to the Employer. The Employer will further be provided with copies of all written documentation relating to any incident.

c) The Employer hereby obtains an interest in the issue of any formal enquiry conducted in terms

of section 32 of The Act into any incident involving the Mandatory and/or his employees and/or its subcontractors.

In witness thereof the parties hereto have set their signatures hereon in the presence of the subscribing witnesses: SIGNED FOR AND ON BEHALF OF EMPLOYER: ................................................................................. WITNESS: ................................................................................................................................................ NAME (IN CAPITALS) .............................................................................................................................. SIGNED FOR AND ON BEHALF OF THE MANDATARY ........................................................................ WITNESS: ................................................................................................................................................ NAME (IN CAPITALS): .............................................................................................................................

Part C1: Agreements and Contract Data C1.61

Reference no. DRT 118/02/2017

C1.3.2 FORM OF GUARANTEE To: The Department of Roads and Transport Private Bag X83

Marshalltown

2107 Note to tenderer: This pro forma is for information only. The successful tenderer’s guarantor will need to reproduce it without amendment, omission or addition for completion and lodgement with the Employer. A separate copy of this pro forma will be issued to the successful tenderer with the letter of acceptance.

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

1. I/We , the undersigned, and ......................................................................................................... in our respective capacities as ....................................................................................................... and .............................................................................................................................................. and as such duly authorised to represent: ..................................................................................... (hereinafter referred to as “the Guarantor”) (in the case of a company, a resolution to be attached) do hereby hold at your disposal the amount of .............................................................................. (R…………………………….) including VAT, for the due fulfilment by ........................................... (insert the name of Contractor) (hereinafter referred to as “the Contractor”) of its obligations to

The Department of Roads and Transport (hereinafter referred to as “Employer”) in terms of the above stated contract between the Contractor and the Employer.

2. The Guarantor hereby renounces the benefits of the exceptions non numeratae pecuniae, non

causa debiti, excussionis and divisionis, the meanings and effect whereof we declare ourselves to be fully conversant.

3. The Guarantor undertakes and agrees to pay to the Employer the said amount of R ...................

......................................................................................................................................................... (R…………………………) including VAT, or such portion as may be demanded on receipt of a

written demand from the Employer, which demand may be made by the Employer if, (in your opinion and at your sole discretion), the said Contractor fails and/or neglects to commence the work as prescribed in the contract or if he fails and/or neglects to proceed therewith or if, for any reason, he fails and/or neglects to complete the services in accordance with the conditions of contract, or if he fails or neglects to refund to the Employer any amount found to be due and payable to the Employer, or if his estate is sequestrated or if he surrenders his estate in terms of the Insolvency Law in force within the Republic of South Africa.

4. Subject to the above and without in anyway detracting from your rights to adopt any of the

procedures set out in the contract, the said demand can be made by you at any stage. 5. The said amount of R ......................................................................................................................

Part C1: Agreements and Contract Data C1.62

Reference no. DRT 118/02/2017

(R………………………….) including VAT, or such portion as may be demanded may be retained by the Employer on condition that after completion of the service, as stipulated in the contract, the Employer shall account to the Guarantor showing how this amount has been utilised and refund to the Guarantor any balance due.

6. This guarantee is neither negotiable nor transferable and

a) must be surrendered to the Guarantor at the time when the Employer accounts to the Guarantor in terms of clause 5 above, or

b) shall lapse upon the issue of the Taking-Over Certificate in terms of sub-clause 10.1 of the General Conditions of Contract and

c) shall not be interpreted as extending the Guarantor’s liability to anything more than payment of the amount guaranteed.

7. This guarantee shall be governed by South African Law and subject to the jurisdiction of South

African Courts. THUS DONE AND SIGNED AT ...............................................................................................................

ON THIS .................... DAY OF ................................................................. 20 ........................................

GUARANTOR: ..........................................................................................................................................

AS WITNESSES: 1 ................................................... 2 .................................................................

NAMES (PRINT) 1 ................................................... 2 .................................................................

ADDRESSES 1 ................................................... 2 .................................................................

................................................... .................................................................

................................................... .................................................................

Part C1: Agreements and Contract Data C1.63

Reference no. DRT 118/02/2017

C1.3.3 FORM OF REGISTRATION OF CONTRACT WITH DEPARTMENT OF LABOUR

Annexure A

Occupational Health and Safety Act, 1993

Construction Regulations, 2014 (as amended)

Regulation 3 of the Construction Regulations, 2014 (as amended)

NOTIFICATION OF CONSTRUCTION WORK 1. (a) Name and postal address of principal contractor: .............................................................................................................................................. .............................................................................................................................................. (b) ........................... Name and telephone number of principal contractor’s contact person: .............................................................................................................................................. 2. Principal contractor’s compensation registration number: ......................................................................................................................................................... 3. (a) Name and postal address of client: The Department of Roads and Transport, (insert Regional office postal address) (b) Name and telephone number of client’s contact person or agent: Client: (enter Project Manager Name and telephone number) .............................................................................................................................................. Agent: (enter Engineer name and telephone number) .............................................................................................................................................. 4. (a) Name and postal address of designer(s) of the Project: .............................................................................................................................................. (b) Name and telephone number of the designer’s contact person: .............................................................................................................................................. 5. Name and telephone number of principal contractor’s construction supervisor on site appointed in

terms of Regulation 6(1): ......................................................................................................................................................... 6. Name(s) of principal contractor’s subordinate supervisors on site appointed in terms of Regulation

6(2): .........................................................................................................................................................

Part C1: Agreements and Contract Data C1.64

Reference no. DRT 118/02/2017

7. Exact physical address of the construction site or site office: ......................................................................................................................................................... 8. Nature of construction work: ......................................................................................................................................................... ......................................................................................................................................................... 9. Expected commencement date: ..................................................................................................... 10. Expected completion date: ............................................................................................................. 11. Estimated maximum number of persons on the construction site: ................................................ 12. Planned number of contractors on the construction site accountable to the principal contractor: ......................................................................................................................................................... 13. Name(s) of contractors already chosen: ................................................................................................................................................................... ................................................................................................................................................................... ................................................................................................................................................................... ................................................................................................................................................................... ................................................................................................................................................................... ................................................................................................................................................................... ................................................................................................................................................................... ................................................................................. ................................................................. PRINCIPAL CONTRACTOR DATE ................................................................................. ................................................................. CLIENT DATE

THIS DOCUMENT IS TO BE FORWARDED TO THE OFFICE OF THE DEPARTMENT OF LABOUR PRIOR TO COMMENCEMENT OF WORK ON SITE.

ALL PRINCIPAL CONTRACTORS THAT QUALIFY TO NOTIFY MUST DO SO EVEN IF ANOTHER PRINCIPAL CONTRACTOR ON THE SAME SITE HAD DONE SO PRIOR TO THE COMMENCEMENT OF WORK

Part C1: Agreements and Contract Data C1.65

Reference no. DRT 118/02/2017

C1.3.4 FORM OF BANKING DETAILS Notes to Contractor: 1. The Employer applies an Electronic Funds Transfer system for all payments. 2. If you are already registered as a vendor with the Employer, you are not required to submit

the documentation as per note 3. 3. If you are not registered as a vendor with the Employer, you are required to supply:

an original cancelled cheque bearing your company name and account number; or

if you are unable to supply an original cancelled cheque, you are to provide a letter on your letterhead as per the pro forma below and return the original letter to the address as stated in clause 1.3 of C1.2.2 - Information provided by the Employer, delivered by hand or sent by post.

________________________________________________________________________________ To: The Department of Roads and Transport Chief Directorate Maintenance 1215 Nico Smith Street Koedoespoort Pretoria 0186 Dear Sir

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL FIVE

REGIONS IN THE GAUTENG PROVINCE

BANKING DETAILS By signing this document we accept the following:

The banking details submitted are those of (Note to Compiler: insert name of successful contractor) and we take full responsibility for their correctness.

We indemnify the Employer from any and all outcomes if an electronic transfer is made into an incorrect bank account using the banking details submitted.

Account Name: ............... ………………………………………………………………………………………… Bank: ............................... ………………………………………………………………………………………… Branch Name: ................. ………………………………………………………………………………………… Branch Code: .................. ………………………………………………………………………………………… Account Number: ............ ………………………………………………………………………………………… Yours sincerely ................................................................................. Authorised Signatory for DATE: ‘ ....................................................................

Part C1: Agreements and Contract Data C1.1

Reference no. DRT 118/02/2017

C3.1

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL

FIVE REGIONS IN THE GAUTENG PROVINCE

Part C2.1 Pricing Instructions

1. Measurement and payment shall be in accordance with the relevant provisions of the COLTO

Standard Specification for Road and Bridge Works for State Authorities (1998 edition) as amended

in the Scope of Works.

2. The units of measurement described in these Bill of Quantities are metric units. Abbreviations used

in these Bill of Quantities are as follows:

% = percent m²-pass = square meter-pass

h = hour m³ = cubic meter

ha = hectare m³-km = cubic meter-kilometer

kg = kilogram MN = mega newton

kl = kiloliter MN.m = mega newton-meter

km = kilometer MPa = mega Pascal

km-pass = kilometer-pass No. = number

kPa = kilopascal Prov sum = Provisional sum

kW = kilowatt PC sum = Prime Cost sum

l = liter R/only = Rate only

m = meter sum = lump sum

mm = millimeter t = ton (1000 kg)

m² = square meter W/day = Work day

3. For the purpose of these Bills of Quantities, the following words shall have the meanings hereby

assigned to them:

Unit: The unit of measurement for each item of work as defined in the COLTO Standard

Specification for Road and Bridge Works for State Authorities (1998 edition).

Quantity: The number of units of work for each item.

Rate: The agreed payment per unit of measurement.

Amount: The product of the quantity and the agreed rate for an item.

Part C1: Agreements and Contract Data C1.2

Reference no. DRT 118/02/2017

C3.2

Lump sum: An agreed amount for an item, the extent of which is described in the Bill of Quantities

but the quantity of work of which is not measured in any units.

4. Unless otherwise stated, items are measured net in accordance with the drawings, and no

allowance is made for waste.

5. It will be assumed that prices included in the Bill of Quantities, unless otherwise stated in the Scope

of Work, are based on Acts, Ordinances, Regulations, By-laws, International Standards and

National Standards that were published before the closing date for tenders. (Refer to

www.stanza.org.za or www.iso.org for information on standards)

6. The prices and rates in this Bill of Quantities are fully inclusive prices for the work described under

the items. Such prices and rates cover all costs and expenses that may be required in and for the

execution of the work described in accordance with the provisions of the Scope of Work, and shall

cover the cost of all general risks, liabilities, and obligations set forth or implied in the Contract

Data, as well as overhead charges and profit.

7. Where the Scope of Work requires detailed drawings and designs or other information to be

provided, all costs associated therewith are deemed to have been provided for and included in the

unit rates and sum amount tendered such items

8. All items in the Bill of Quantities must be completed separately. No grouping of

items with a single lump sum will be allowed.

9. The quantities set out in these Bill of Quantities are approximate and do not necessarily represent

the actual amount of work to be done. The quantities of work accepted and certified for payment will

be used for determining payments due and not the quantities given in this Bill of Quantities.

10. Reasonable compensation will be received where no pay item appears in the Bill of Quantities in

respect of work required in terms of the Contract and which is not covered in any other pay item.

11. The short descriptions of the items of payment given in these Bill of Quantities are only for the

purposes of identifying the items. More details regarding the extent of the work entailed under each

item appear in the Scope of Work.

12. The item numbers appearing in the Bill of Quantities refer to the corresponding item numbers in the

COLTO Standard Specification for Road and Bridge Works for State Authorities (1998 edition).

13. The contractor shall bear all the costs and charges for special and temporary rights of way required

by him in connection with access to the Site. The Contractor shall also provide at his own cost any

additional facilities outside the Site required for the purposes of the Works.

14. The Bill of Quantities in the Tender Document must be completed in Black Ink and signed. (LOOK

AT TAKING THIS OUT, SEE SANRAL DOCUMENT)

15. The Bill of Quantities in the Tender Document must be fully completed – every item must be priced.

16. The contract will come to an end when either the money or the time period is finished. It is the sole

discretion of the Department to increase the quantities nor not.

Part C1: Agreements and Contract Data C1.3

Reference no. DRT 118/02/2017

C3.3

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL

FIVE REGIONS IN THE GAUTENG PROVINCE

Part C2.2 Bill of Quantities

BILL A: GAUTENG PROVINCE

NB: TENDERERS MUST COMPLETE THE SCHEDULE IN BLACK INK. (LOOK AT

TAKING OUT, SEE SANRAL DOC).

Part C1: Agreements and Contract Data C1.4

Reference no. DRT 118/02/2017

C3.4

Part C3: Scope of Works

PART C3: SCOPE OF WORKS TABLE OF CONTENTS PAGE C3.1 PROJECT OVERVIEW ................................................................................................... C3.5

C3.2: ELECTRICAL PREVENTATIVE MAINTENANCE SPECIFICATION ........................... C3.11

C3.3 ENVIRONMENTAL MANAGEMENT PLAN ............................................................…..C3.54

C3.4: TARGETED PROCUREMENT………………………………………………………………C3.70

C3.5: OCCUPATIONAL HEALTH AND SAFETY……………………………………………….C3.80

C3.6 STANDARD SPECIFICATIONS……………………………………………………………C3.88

C3.7 MODIFICATIONS TO THE STANDARD COLTO CONDITIONS………………….….C3.129

C3.8 PROCEDURES FOR THE REPORTING OF ELECTRICAL OCCURRENCES….…..C3.148

Part C1: Agreements and Contract Data C1.5

Reference no. DRT 118/02/2017

C3.5

- C3.1 PROJECT OVERVIEW C3.1.1 THE SITE

The construction site includes maintenance to the following routes:

ROUTE SECTION LENGTH (km)

P119 (R24) 1 11.70

K157 (R24) 1 1.00

P40 (High Road) 1 1.30

Link between High Road & Atlas Road (Elgin Street) 0.70

P205 (R24) 2 1.20

P66 (R55) Laudium Road 1 12.40

P103 (R512) 1 1.00

P206 (M1 South) between Buccleuch Interchange and Corlett Drive 1 9.60

38.90

Please note, that additional scope of work can be added during the course of the project. The description of the works shall include reference to all the layout plans.

C3.1.2 ELECTRICAL WORKS

The essence of this contract is to undertake activities that will ensure a high availability of the lighting to the newly upgraded highways within the Gauteng Province, by SANRAL. To achieve this objective, the Contractor shall undertake the following high level activities;

• Preventative maintenance on lighting masts, miniature substations and distribution

kiosks;

• Emergency maintenance on accident damaged/vandalized or stolen electrical equipment;

• General maintenance on the replacement of lamps, photocells and faulty control

gear; (i)

• Upgrading of sections of the highway lighting system, at the Client’s discretion and instructions;

(ii) • Undertaking of security activities, to combat theft and vandalism, particularly on

cables and other equipment prone to copper theft; (iii)

• Maintenance of traffic signalling works on interchanges C3.1.3 DEFINITIONS

"Prime Equipment" means equipment whose reliability is central to illumination operation.

"Auxiliary Equipment" means equipment needed for testing adjusting or improving

illumination equipment.

"Fault" means failure of any reason of the system or a portion thereof to operate

satisfactorily.

Part C1: Agreements and Contract Data C1.6

Reference no. DRT 118/02/2017

C3.6

"Random Fault" means a fault caused by a combination of circumstances which are

outside the control of the Contractor.

C3.1.4 DEFINITIONS OF FAULT CATEGORIES It will be the Residential Engineer’s responsibility to categorise the work order and the following guidelines shall be used. Category 1 (Cat 1) In general this will be an “easy to repair” fault. This will typically be the routine patrol or security patrol reporting lights not working or a mast is off. Other types of faults will be a circuit breaker needing to be reset or any other fault of a minor nature. Category 2 (Cat 2) This type of fault will typically be cables that need to be replaced (cause could be theft or failure of the cable). This category can be escalated by the Residential Engineer to a Cat 3, depending on the circumstances. Category 3 (Cat 3) The repair of this type of fault would mean time is needed or there are circumstances not under the control of the contractor. This could be for instance a power outage by the supply authority or the location of the cable fault is not directly visible. It can also mean that new concrete needs to be poured. On this type of fault a start date for repair will be specified. Category 4 (Cat 4) This category is basically the same as category 3, but the time lost would be the unavailability of spares or the contractor is waiting for outside approval to continue. Typically a new substation or transformer needs to be ordered or lane closures must take place (for instance a new mast has to be erected). In the event of further information becoming available, such a fault can be downgraded to a Cat 3 fault by the Resident Engineer.

C3.1.5 MAINTENANCE AND ASSOCIATED DUTIES

C3.1.5.1 Preamble

All repairs and maintenance of equipment shall be carried out timeously in a methodical

professional manner according to the requirements of the Operating and Maintenance

Manuals for the equipment.

The Contractor shall employ only competent suitably trained and qualified persons.

In the event of any major item of equipment becoming defective, the Contractor will upon

receipt of the Engineer’s Instruction remove such equipment entirely and replace it with a

spare item (if such spare exists) or replace a major sub-assembly that is defective with

the spare part held in store or, with a bought-out spare. Any defective "major spare" or

"major sub-assembly" (as hereinafter defined) shall be expeditiously repaired and

returned to store.

Part C1: Agreements and Contract Data C1.7

Reference no. DRT 118/02/2017

C3.7

All work of any nature carried out on any item of equipment shall be recorded on the

Worksheet by the Contractor and submitted to the Engineer for measurement purposes.

C3.1.5.2 Types of Maintenance Work

The types of maintenance to be carried out are as follows:

(a) Preventative Maintenance

The Contractor shall carry out tasks such as inspecting, cleaning, making minor

adjustments, lubricating, performance checks, scheduled calibration, testing, measuring

and replacing of minor components as detailed in the applicable sections.

(b) Replacement of Equipment

The Contractor shall, when instructed by the Engineer carry out tasks such as overhauls,

replacements of worn or faulty major spares or components and the correction of

problems found in routine maintenance inspections.

The Contractor shall satisfy himself after corrective maintenance that the equipment has

been restored to good and reliable working condition, that all worn items of equipment

have been repaired or replaced. Details of all replacements carried out shall be recorded

for payment purposes.

(c) Emergency Work

The Contractor shall at any time upon receipt of notification from any of the various

authorities, including SANRAL’s Traffic Management Centre or Metropolitan Police,

perform any work required to make the installation and adjoining road safe, pending the

carrying out of the necessary repairs to the installation.

C3.1.5.3 Service Intervals

The intervals at which preventative maintenance of equipment are carried out shall be in

accordance with the project specification.

C3.1.5.4 Extra Work

The Contractor shall, in addition to his normal duties, at any time upon receipt of an instruction by the Engineer perform any modification, installation of additional equipment, repairs, replacements or maintenance service. Where such work is not itemised in the Schedule of Quantities it shall be designated "Extra Work" and be measured for payment in accordance with the appropriate extra works item in the Schedule of Quantities.

C3.1.5.5 Technical Documentation In terms of the original supply and installation contract for the illumination equipment, technical documentation covering operation and maintenance was required to be supplied by original equipment manufacturers. In general, copies of all documents supplied are available, however should the documentation, in the opinion of the Contractor, be deficient in any way the Contractor shall draw the Employer's attention to that fact.

C3.1.5.6 Equipment Numbering System

Part C1: Agreements and Contract Data C1.8

Reference no. DRT 118/02/2017

C3.8

Each complete item of major equipment such as a minisub, pole etc., has been given an equipment number by the Employer. This equipment number identifies the type of equipment and its location in the installation. The Contractor shall indelibly stencil the equipment number on any item of equipment that is replaced during the period of the contract.

C3.1.5.7 Spare Part Stock At the commencement of the contract, the Contractor will be required to take over the existing stock of spare masts, poles, etc., from Ampcor Khanyisa, who is executing the current highway lighting maintenance contract. The equipment will be itemised on an inventory form and will be agreed by the respective parties. It will be the tenderer’s responsibility to determine the logistics requirements to take over this spare parts stock, and allow for this cost in the Site Establishment costs. The contact details of the current maintenance contractors are:

Ampcor Khanyisa Contracts Manager: Mike Baynes 083 649 3900 and Ainsley Williams 083 235 2118 Tel: 011 452 0127

I. C3.1.6 DRAWINGS

The reduced drawing/s that forms part of the tender document are issued for tender

purposes only. The contractor will be supplied with a CD containing all the tender documentation and

drawing/s. Only figured dimensions may be used and drawings may not be scaled unless so

instructed by the engineer. The engineer will supply all figured dimensions omitted from the drawings.

II. C3.1.7 CAMP ESTABLISHMENT, POWER SUPPLY AND OTHER SERVICES

The contractor is to make his own arrangements concerning the supply of electrical

power and all other services. No direct payment will be made for the provision of electrical and other services. The cost thereof is deemed to be included in the rates and amounts tendered for the various items of work for which these services are required.

The Contractor shall select a suitable site to suit his requirements; however the location

of this site camp shall not be within a SANRAL road reserve. The Contractor shall establish a site camp, approximately mid-way on the route to be

maintained, and this site camp shall be approximately 5 km from the actual highway. However, the actual proposed site camp location must be specified by the Contractor in their proposed methodology.

III. C3.1.8 CONSTRUCTION IN

CONFINED AREAS It will be necessary for the contractor to work within confined areas. In certain places the

width of the fill material and pavement layers may decrease to zero and the working space may be confined. The method of construction in these confined areas largely depends on the contractor’s constructional plant.

Part C1: Agreements and Contract Data C1.9

Reference no. DRT 118/02/2017

C3.9

IV. C3.1.9 MANAGEMENT OF THE ENVIRONMENT

The contractor will be responsible for construction according to an environmental

management plan in terms of Section C3.3 of the Scope of Works. The contractor must take the utmost care to minimise the impact of his establishment and

other construction activities on the environment and must adhere to the requirements as set out in Section C of the Scope of Works. Where the contractor fails to adhere to these requirements the specifications in Section C of the Scope of Works provide the methodology and cost liability of remedy.

V. C3.1.10 TRAFFIC

In general, lane closures shall be allowed between 09:00 and 15:00 from Monday to

Thursday. Lane closures during peak traffic periods, for example the start of the Easter and December holidays shall only be allowed for emergency work. However, the Employer reserves the right to decline any lane closure request, due to any prevailing operational circumstances.

VI. C3.1.11 REQUIREMENTS IN TERMS OF GOVERNMENT’S PROGRAMME FOR BROAD-BASED BLACK ECONOMIC EMPOWERMENT

The South African National Roads Agency SOC Limited is committed to the

implementation of Government’s policies and in turn expects the same from its contractors. Accordingly, it is a requirement of this project that tenderers are familiar with the specifications that relate to the transformation of the construction industry through the following;

(iv) adherence to the policies of the Reconstruction and Development Programme,

ASGISA and other similar Government initiatives, (v) employment and/or creation of Black Enterprises (BEs), (vi) arrangement of generic skills, engineering skills and entrepreneurial skills training

programmes for which provision has been made in the Pricing Schedule, (vii) construction using labour maximisation principles and, (viii) active participation with community-based structures.

Tender adjudication takes account of tenderers’ affirmed commitments towards achieving

a specified Contract Participation Goal (CPG) which is based on the value of goods, services and works for which the contractor proposes to engage labour and SMMEs/BEs.

In this regard, Section C3.4 of the Scope of Works covers the contractor’s requirements

in detail, as well as defining the targets that comprise the CPG and the judgement criteria used in tender adjudication. Forms C1, C2 and C3 also need to be completed by tenderers and are to be found in Part T2 of this tender document. As with other returnable schedules, failure to complete, whole or in part, may adversely prejudice tenderers’ tenders.

VII. C3.1.12 CHANGES TO SCOPE OF WORK

It is a condition of this contract that the Employer reserves the right to limit the total

expenditure on the Works due to possible budget constraints. Should the tender sum exceed the budgeted amount, the scope of the works may be reduced at any time before or during the contract period to ensure that the final contract amount does not exceed the budgeted amount.

Part C1: Agreements and Contract Data C1.10

Reference no. DRT 118/02/2017

C3.10

VIII. C3.1.13 REQUIREMENTS OF THE

OCCUPATIONAL HEALTH AND SAFETY ACT AND REGULATIONS Refer to Section C3.5 of the Scope of Works for general requirements in terms of the

OH&S requirements.

IX. C3.1.14 NIGHT INSPECTIONS X.

A night inspection of the entire installation will be required at least once per month. The Engineer's Representative and a supervisory member of the Contractor's staff will carry out these inspections. No specific payment will be made for the inspections and the Contractor will be deemed to have included for compensation in the rates tendered for his/her general obligations.

XI. C3.1.15 SITE MEETINGS XII.

The Contractor or his authorised representative shall attend meetings on a fortnightly basis with representatives of the Employer and the Engineer at dates and items to be determined by the Employer. Such meetings will be held for evaluating the progress of the contract and for discussing matters pertaining to the contract which any of the parties represented may wish to raise.

XIII. C3.1.16 APPROXIMATE

PROGRAMME FOR THE WORKS

The programme presented in Table 1 below is an envisaged schedule for undertaking the various works on the lighting system. The Employer will firm up this programme with the successful contractor.

WORKS PROGRAMME

2016 2017

ITEM OPERATION JUL - SEP OCT - DEC JAN - MAR APR-JUNE

a Annual preventative maintenance cycle

X X X X

b Inspection of steel

wire ropes in all masts

X

c Testing of the

complete earthing installation

X

d Group lamp replacement

X

e Interim lamp replacement

X X X

f Replacement of

equipment As Required

g Upgrading As Required

h Emergency work As Required

Table 1

Part C1: Agreements and Contract Data C1.11

Reference no. DRT 118/02/2017

C3.11

XIV. C3.1.17 INTEGRATED TRANSPORTATION INFORMATION SYSTEM

XV. The Employer has developed a comprehensive information management tool called IT IS (Integrated Transportation Information System) to address all facets of its strategic and tactical planning, design, construction and maintenance of the entire road network. This provides support for the management tasks of the Employer and to allow the personal to make technical decisions more quickly and efficiently.

ITIS is an integrated approach to the sharing and inter-relating of technical performance information for the Employer, and relies on people following procedures to populate system with data. ITIS currently consist of the following platforms:

ITIS Web – Web enabled portal providing online access to various functions, workflows and reports.

ITIS Desktop – Offline data capture tool enabling the capture of information offline, validation and then synchronisation of data with the ITIS database.

ITIS Mobile – Application (Android 4.3 or later and IOS 6 or later) that allows the in-field capture of information using a smart phone or tablet (must have camera and GPS), validation and then synchronisation of data with the ITIS database. The Employer then has several ITIS modules running on any of the above ITIS platforms which affect the Contractor, who will need to use these modules to perform certain procedures and to provide required information. The current modules applicable to routine road maintenance and their description are as follows:

(i) Contract Module – management of contracts (ii) Routine Road Maintenance – issuing of job instructions (estimates, photographs

and workflows) and preparing the payment certificate; (iii) Incident Module – recording of incidents on site; and (iv) Project Information Module – employment and training data

No specific payment will be made for the above mentioned and the Contractor will be deemed to have included for compensation in the rates tendered for his general obligations.

XVI. C3.1.18 WORKING HOURS

Working hours for the execution of all work other than emergency work are to be restricted to the period between 09h00 and 15h00 on normal weekdays. Should the Contractor choose to do so, he will be permitted to work over weekends and on public holidays. This approval shall be at the absolute discretion of the Engineer, and no additional payment will be made for working outside normal working hours.

XVII. C3.1.19 KEY PERSONNEL The minimum requirements with regards to qualification, registration and experience in the electrical engineering/street lighting construction and maintenance field, for the Contractor’s key personnel shall be as indicated in the table below, according to the CIDB contractor grading designation determined for the contract.

Part C1: Agreements and Contract Data C1.12

Reference no. DRT 118/02/2017

C3.12

- C3.2: ELECTRICAL PREVENTATIVE MAINTENANCE SPECIFICATION TABLE OF CONTENTS PAGE C3.2.1: CONTRACTOR’S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS……………C3.12 C3.2.2: ACCOMODATION OF TRAFFIC…………………………………………………………………..C3.16 C3.2.3: PREVENTATIVE MAINTENANCE ............................................................................................. C3.21 C3.2.4 REPLACEMENT OF EQUIPMENT AND UPGRADING ............................................................ C3.38 C3.2.5 EMERGENCY WORK .............................................................................................................. C3.41 C3.2.6 EXTRA WORK AND DAYWORKS ........................................................................................... C3.44 C3.2.7 SECURITY OF THE LIGHTING SYSTEM……………………………………….………..………..C3.47 C3.2.8 TECHNICAL SPECIFICATIONS ..................................................................................... C3.49

Part C1: Agreements and Contract Data C1.13

Reference no. DRT 118/02/2017

C3.13

C3.2.1: CONTRACTOR’S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS

C 3.2.1.1 SCOPE

This section covers the establishment of the Contractor's organization, plant, equipment, offices, storage space and any other facility required to execute the contract. It also covers payment for certain general obligations, risks and liabilities and general items of cost not covered elsewhere.

C3.2.1.2 GENERAL REQUIREMENTS

The Contractor shall arrange to provide office and storage facilities at one (or more if he so choose) locations. The facilities provided shall be adequate to cater for the needs of the Contractor regarding offices and storage facilities for plant and equipment. It will be necessary for the Contractor to provide storage space for materials to be installed under the contract. Such materials would include smaller items of equipment such as lamps, ballasts etc and also larger items such as masts. Provision shall also be made for the storage of traffic control devices such as signs and delineators. The Contractor will not be required to provide office facilities for the resident engineer. The Contractor will require specialist equipment to execute the contract such as "cherry pickers" and hydraulic lifts. No specific payment will be made for the provision of such equipment, and the Contractor will be deemed to have included the costs of providing such equipment in his rates tendered for establishment on site and his general obligations.

C3.2.1.3 MEASUREMENT AND PAYMENT

Item Unit C3.2.1.3.1 Contractor's Establishment on Site and

General Obligations (a) Fixed obligations Lump Sum (b) Time related obligations: per Month

The tendered lump sums shall not include any fixed or time-related obligation costs for the sub-contracts involving BE’s and SMME. Payment of the rates tendered under sub-items C3.2.1.3.1 (a) and (b) shall include full compensation for all the Contractor's charges in respect of the following:

• Setting up and maintaining his/her organization, office accommodation, storage facilities, plant and equipment at a location or locations procured by him which are accessible to the site.

• Complying with the General Conditions of Contract and Part B1 of the Project Specifications, including the effecting of insurances and providing the sureties required.

• All general site and office overheads, profits, financing costs, risks, legal and contractual responsibilities and other costs and obligations of a preliminary or general nature which are not specifically measured for payment under any other items of payment.

• All temporary traffic accommodation personnel and devices such as: o Flagmen o Road Signs TW series,1 500mm dia o Road Signs TGS series,1 200 x 1 600mm

Part C1: Agreements and Contract Data C1.14

Reference no. DRT 118/02/2017

C3.14

o Road Signs TGS series, 1 500 x 1 600mm o Road Signs TR series,1 200mm dia o Road Signs R series, 1 200mm dia o Distance plates for sign TW 40 and TGS 105, 400 x 1 500mm o Distance plates for sign TGS 103, 400 x 1 200mm o Traffic cones, 750mm high, to the approval of the Engineer o High visibility rear panel to maintenance vehicle with attenuator x 2 o Delineators (DTG50J) o Setting up and moving the traffic control devices o Vehicle mounted flashing lights o 4 x 4ton Chery Pickers o Channelization devices and barricades o Temporary mounting system for the temporary control devices o And any other traffic devices

• The supply of flagmen, setting up and moving the traffic control devices, and the provision of high visibility clothing shall be deemed to be included in the rates tendered for the various items of preventative maintenance for each section of the contract.

• The tender rate shall include for the use of the appropriate traffic control devices at all times when any work is carried out on the national road at locations requiring traffic control measures in accordance with the specifications. All costs in this regard will be held to have been included in sub-items C3.2.1.3.1 (a) and (b) and the items relating to any work that is undertaken on the national roads which are included in the scope of this contract.

• Construction site Office (shall be located in a proper business park building to accommodate all material, plant, staff, etc), staffing accommodation, site office/s fully equipped & furnished, fully fence yard with adequate lighting, storage facilities to house all material and plant, at least 2 full time armed guards on a 24hr basis with alarm system, water and electricity to site office/s all costs inclusive, a suitable voltage regulator in order to maintain a constant current and voltage level at all times to prevent damage to the office equipment, all administrative costs, electric refrigerator/s for all offices of specified capacity, air-conditioning for all the offices, printers, photostat facilities, scanner/s, fax machine, etc.

• Housing and office/s for the Engineer’s site personnel including the Engineer to be fully furnished which shall include full burglar proofing, electric refrigerators, air-conditioning, work station/s including desks and chairs with drawers, laptops, printing & photostat facilities, scanner, cellphones with airtime (similar or equal business talk 1000 anytime minutes including 5GB data bundle anytime usage) to make and receive calls, including proper shower facilities, three 4x2 1Ton bakkies to be used on site including fuel and maintenance, 3G/Wifi internet access, etc. In addition, the offices and any living accommodation are to be separated by at least 200m. Each person of the Engineer’s team shall have his/her own separate office and accommodation and shall not be shared.

• All of the above shall be to the Engineer’s approval. (ix)

The lump sum tendered Under Sub-Item C3.2.1.3.1 (a) above shall represent full compensation for the fixed part of the Contractor's establishment on site and general obligations i.e. that part which is substantially fixed and is not a function of the time required for the completion of the contract. This sub-item shall not be subject to any variation whatsoever. Payment of the lump sum tendered under Sub-Item C3.2.1.3.1 (a) will be made in three instalments, as follows:

• The first instalment, 70% of the lump sum, will be paid in the first payment certificate after the Contractor has met all his obligations under this section, and has made a substantial start with the work in accordance with the approved programme.

• The second instalment, 20% of the lump sum, will be paid one year after the

Part C1: Agreements and Contract Data C1.15

Reference no. DRT 118/02/2017

C3.15

commencement of the contract. • The third instalment, 10% of the lump sum, will be paid when a Taking-Over

Certificate has been issued in terms of Clause 10 of the General Conditions of Contract.

Before any payment is made under this sub-item, the Contractor shall satisfy the Engineer that he has provided adequate facilities and equipment. The Contractor shall also satisfy the Engineer that he either owns such facilities and equipment, or that he has entered into leasing or rental agreements to ensure that the facilities and equipment will be available for the duration of the contract. The Contractor may be required to produce documentary proof of ownership or lease or rental agreements, and that payments have been made in terms of such agreements. In the event of the Contractor being unable to satisfy the Engineer as to the ownership of the facilities and equipment or the existence of lease or rental agreements acceptable to the Engineer, the Engineer shall have the right to withhold payments under this sub-item, or to deduct from any monies owning to the Contractor payments already made under this sub-item. The tendered rates for Sub-Item C3.2.1.3.1 (b) shall represent full compensation for that part of the Contractor's establishment on site and general obligations which are mainly a function of time. Payment will be made in equal monthly instalments, from award until the end of the contract.

Payments under Items C3.2.1.3.1 (a) and C3.2.1.3.1 (b) will not be subject to any variation. Should the progress of the Contractor be in arrear in regard to his approved programme at any stage, the Engineer shall have the right to withhold payments under this item until the progress of the work is again in accordance with the approved programme Any payment made under Item C3.2.1.3.1 will not be taken into account when determining whether the value of a certificate complies with the "minimum amount of interim certificate" as laid down in the Appendix to Tender.

Item Unit C3.2.1.3.2 Taking over, transporting and storage of existing stock of spares Lump Sum Payment under the lump sum tendered under sub-item C3.2.1.3.2 shall represent full compensation for the compiling of stock lists, taking over of stock, transporting to the storage area, loading and offloading and any other requirements for the orderly handover of the existing stock of spares into the contractor's care. Contractor shall price for all risks including travelling to numerous sites, multiple trips, transport from the previous Contractor/s sites to the Contractor’s site camp. Tenderer shall price for any other risks. Item Unit C3.2.1.3.3 Training for Interns

(a) Provisional sum for Training Provisional Sum

The Provisional Sum shall be expended in accordance with the General Conditions of Contract. It shall be the amount actually paid for training, in accordance to the Client’s

Part C1: Agreements and Contract Data C1.16

Reference no. DRT 118/02/2017

C3.16

instructions, which shall include full compensation for all the Contractor's costs arising from the organising for the training.

(b) Contractor's handling costs and profit in respect of sub-

item C3.2.1.3.3 (a)

%

The tendered % is a percentage of the amount actually paid in accordance to the Client’s instructions, which shall include full compensation for the handling costs and profit pertaining to the training of interns, administration process, mentoring, etc.

(c) Training Venue

Lump Sum

Payment under the lump sum tendered under sub-item C3.2.1.3.3 (c) shall represent full compensation for the amount actually paid for the training venue, in accordance to the Client’s instructions, which shall also include full compensation for all the Contractor's costs arising from the organising of the training venue.

Item Unit C3.2.1.3.4 Health and Safety Compliance: a) Preparation of a health & Safety plan and adherence thereof Lump Sum

The tendered rate shall include full compensation for the preparation of a comprehensive Occupational Health and Safety file, in compliance with section C3.5 and the Construction Regulations as issued by the Department of Labour and adherence thereof.

Item Unit

b) Costs of Health and Safety (Agent) per Month

The tendered rate shall include full compensation for the provision of a Health and Safety officer, as specified under Section 3.5 and in compliance with the Construction Regulations.

Item Unit

c) Personal Protective Equipment for all staff (incl. safety jackets, hard-hats, etc.)

Lump Sum

The tendered rate shall include full compensation for the Personal Protective Equipment for all staff , in compliance with section C3.5 and the Construction Regulations as issued by the Department of Labour and adherence thereof.

Item Unit

C3.2.1.3.5 (a) Compliance with the Environmental Management Plan per Month

Part C1: Agreements and Contract Data C1.17

Reference no. DRT 118/02/2017

C3.17

(EMP)

The tendered rate shall include full compensation for the Compliance with the Environmental Management Plan (EMP), under section C3.3 and adherence thereof.

Item Unit

C3.2.1.3.5 (b) Crushing and disposal of Lamps Provisional Sum

The tendered rate shall include full compensation for the Compliance with the Environmental Management Plan (EMP), under section C3.3.7.3 and adherence thereof. The Provisional Sum shall be expended in accordance with the General Conditions of Contract

Item Unit

C3.2.1.3.5 (c) Contractor's handling costs and profit in respect of item C3.2.1.3.6 (b)

%

The tendered % is a percentage of the amount actually paid in accordance to the Client’s instructions, which shall include full compensation for the handling costs and profit pertaining to the crushing of lamps, administration process, disposal of lamps, transportation, etc.

Part C1: Agreements and Contract Data C1.18

Reference no. DRT 118/02/2017

C3.18

C3.2.2 ACCOMODATION OF TRAFFIC

C3.2.2.1 SCOPE

This section covers the requirements for the accommodation of traffic while work is being carried out either on or in the vicinity of the roadway, and the measures necessary to ensure the safety of both the public and the Contractor's employees.

C3.2.2.2 GENERAL REQUIREMENTS

The area covered by the contract includes some of the most heavily trafficked freeway sections in the country. The need for the Contractor to regard the safe accommodation of traffic as a major component of the work involved in the contract can therefore not be over-emphasized. The accommodation of traffic will require diligence, attention to detail, and strict compliance with the provisions of the contract on the part of the Contractor. In addition to the high traffic volumes, there are several geometric aspects, which further complicate the accommodation of traffic. The median between the carriageways is narrow, and in general there is a median barrier, consisting either of guardrails or a concrete barrier, which prevents vehicular access to the median. Furthermore, the median shoulder is narrow, ranging from 1,0m to 1,8m in width. As a result, any work to be done on lighting poles or masts in the median will require occupation of the median lane by the maintenance vehicles and personnel. During all work on or in the vicinity of the roadway, the Contractor will be held responsible for the safe accommodation of traffic with a minimum of inconvenience to the public. The Contractor will be required to carry out this work strictly in accordance with the provision of this specification and the drawings, and any further requirements, which may be ordered by the Engineer. Should the Contractor not do so, the Engineer shall have the right to order that the work be stopped until he is satisfied that the Contractor is in a position to comply with all the requirements. The Contractor shall not have any redress under the contract for any consequential damages suffered by him as a result of delays caused by such stoppages ordered by the Engineer. Working hours for the execution of all work other than emergency work are to be restricted to the period between 09h00 and 15h00 on normal weekdays. Should the Contractor choose to do so, he will be permitted to work over weekends and on public holidays. This approval shall be at the absolute discretion of the Engineer, and no additional payment will be made for working outside normal working hours.

C3.2.2.3 PROCEDURES FOR THE ACCOMMODATION OF TRAFFIC C3.2.2.3.1 Work in the Median

Work on lighting poles and masts in the median will require the use of one or more vehicles occupying the median lane. The procedures to be adopted and the traffic control devices to be employed which are described below. • The vehicle (or vehicles) used in the work will always proceed in the same direction

as the traffic. • The vehicle (or the rear vehicle in the case of two vehicles) will be required to be

equipped with high visibility rear treatment. This consists of various signs and flashing tights attached to the rear of the vehicle. If the vehicle is unsuited for the mounting of the high visibility treatment, a trailer fitted with the high visibility treatment may be employed.

• Signs are to be displayed on both sides of the carriageway warning that maintenance

operations are in progress and that there is a lane closure ahead. The supports for these signs are to be so designed that they are sturdy, easily moved to the next

Part C1: Agreements and Contract Data C1.19

Reference no. DRT 118/02/2017

C3.19

position, and can be accommodated within the various median configurations which will be encountered.

• Once the maintenance is under way, two flagmen are to be continuously stationed

upstream of the work area. These flagmen are also to be utilised in establishing the initial taper at the start of the operation. All personnel involved in the maintenance operation are to wear high visibility clothing.

• The maximum length of the lane which may be closed off at any time is 1 km, except

for the interim period when moving from one work section to the next. When moving from one section to the next, the signs and cones for the first section are to be left in place until the signs and cones for the next section are in place. In order to achieve this, two full sets of signs and cones will be required. The traffic accommodation layout shall be as specified in the South African Road Traffic Signs Manual (SARTSM), volume 2, chapter 13 of the June 1999 edition published by the Southern African Development Community.

C3.2.2.3.2 Work in Other Areas

The traffic accommodation measures provided during work in areas other than the median, such as the edge of the freeway and of ramps, and inside the interchange areas shall be in accordance with Road Traffic Signs Manual published by the Southern African Development Community. The Contractor's attention is particularly drawn to the necessity for entering and leaving the roadway in a safe manner, and for keeping both personnel and equipment as far as possible away from the edge of the roadway.

C3.2.2.4 All traffic accommodation layouts and traffic control devices shall be in accordance with Road Traffic Signs Manual published by the Southern African Development Community.

C3.2.2.5 Temporary Control Facilities The engineer may instruct the contractor to provide any other road sign, reflective tape,

etc not measured in standard pay-items. Such road signs shall conform to the requirements of the SARTSM, or specification provided by the engineer. Similarly, in order to ensure that the travelling public is kept fully informed and warned on matters relating to the accommodation of traffic, construction sign posting and the effect of the construction on the free flow of traffic through the site, the Contractor shall arrange for advertising in the press and/or for other forms of publicity as per Engineer’s request.

C3.2.2.6 Traffic Safety Officer

The contractor shall submit a CV of the candidate to the engineer for approval before the candidate is appointed as the traffic safety officer. Make himself available to discuss road safety and traffic accommodation matters whenever required by the engineer and shall be responsible for the following:

Record on neat and dimensioned sketches and submit to the engineer the position and sign reference number, where applicable, of each sign, barricade, delineator, cone, amber flicker light, guardrail and permanent or temporary painted road marking feature. The position of each shall be adequately referenced from the marker boards or other surveyed points on the site of the works.

These records shall also show the date and time at which the recorded traffic accommodation features are certified correct by the traffic safety officer, and shall be signed by the traffic safety officer before being submitted to the engineer.

Part C1: Agreements and Contract Data C1.20

Reference no. DRT 118/02/2017

C3.20

The records shall similarly account for whatever changes are made in the field. Such changes shall record the position of flagmen and stop/go control men and their associated traffic accommodation equipment wherever they are used.

Personally inspect the position and condition of each traffic accommodation feature on the whole site of works twice each day by 09h30 and by 14h30, to record all irregularities discovered and the remedial action taken, and to sign off as correct and submit to the engineer such record sheets by midday of the next working day. The traffic safety officer shall keep a duplicate book for this specific purpose.

The traffic safety officer shall also submit with this report the daily labour returns of flagmen, stop/go and traffic signal control men employed.

The traffic safety officer shall be equipped with a cellular phone and shall have a traffic safety vehicle and sufficient labour at his disposal 24 hours a day, including all prescribed non-working days, and shall not be utilised for other duties. He shall be directly answerable to the contractor’s site agent. The traffic safety officer shall have his own vehicle to carry out inspections and at least one assistant to accompany him full time. Furthermore the traffic safety vehicle shall be a truck with a capacity of at least 3 tons and shall be equipped with a high visibility rear panel in accordance with the requirements of the SARTSM as well as a truck mounted impact attenuator complying with TL-2 criteria when tested in accordance with NCHRP 350 or N1 criteria when tested in accordance with EN 1317. (Certification of compliance must be on site at all times). The attenuator shall be used when the vehicle is utilized to close traffic lanes or when attending to stationary or broken down vehicles or accident scenes. The words TRAFFIC CONTROL shall be written on a warning sign in highly legible letters, not less than 150 mm high, and the sign shall be mounted on both the traffic safety officer’s vehicle and the traffic safety vehicle at least 1,5 m above ground level. The proposed sign and letter dimensions shall be submitted to the engineer for his approval

The vehicles shall also be equipped with an amber-coloured flashing light of the rotating parabolic reflector type with a minimum intensity of 100W. The warning light shall be switched on at all times and the sign shall be displayed when the vehicle is used on site.

The traffic safety officer shall have a direct line of communication at all times with the police and traffic officers responsible for the area within limits of the contract.

Ensure that all obstructions related to the contractor’s activities be removed

at the end of each work shift where applicable as instructed by the engineer and that the roads are safe for the traveling public.

In the event of an accident the traffic officer shall record in a written report the details of the accident, record the position of all temporary road signs, barricades, delineators, flagmen and any other devices used for traffic accommodation. In addition the report shall include a neat dimensional sketch, photographs, identifiable permanent features, and any other relevant information. At least two separate traffic safety officers and teams shall be employed when construction is carried out during the day and night.

C3.2.2.7 Traffic signalling work

Part C1: Agreements and Contract Data C1.21

Reference no. DRT 118/02/2017

C3.21

The contractor shall look at all the maintenance of traffic signals on interchanges on an ad-hoc basis.

C3.2.2.8 MEAUREMENT AND PAYMENT

The contractor’s tendered rates for the relevant items in the schedule of quantities shall include full compensation for all possible additional costs which may arise from the above and no claims for extra payment due to inconvenience as a result of the modus operandi will be considered.

Item Unit C3.2.2.8.1 Temporary Control Facilities

a) Traffic control measures ordered by the engineer (i) Provision of other traffic control measures Provisional Sum

(ii) Handling costs and profit in respect of sub-item C3.2.2.5.1 (a)(i) ………………….………….........percentage (%)

Expenditure under this payment item, (e.g. media releases or other signs to deliver

information to the public) shall be made in accordance with the general conditions of contract, sub-clause 13.5, for the supply and installation of any additional signs or other traffic control measure requested by the engineer in accordance with clause B1503(g) and C3.2.2.5.

The tendered percentage is a percentage of the actual amount spent under sub item

C3.2.2.8.1(a)(i), which shall include full compensation for the handling costs of the contractor, and the profit in connection with providing other signs and traffic control measures ordered by the engineer.”

Item Unit

C3.2.2.8.2 Traffic safety officer per Month

The unit of measurement shall be the month that the specified duties of the traffic safety officer are performed, irrespective of the number of traffic safety officers employed in any 24 hour day. The tendered rate shall include full compensation for the cost of the traffic safety officer(s) to conduct the duties as specified in clause C3.2.2.6 and also includes the provision of the traffic safety vehicle, his own vehicle, fuel, vehicle maintenance costs, drivers, labourers and the cost of the cellular telephone and all other incidentals related to the performance of the traffic safety officer’s duties.

Item Unit

C3.2.2.8.3 Traffic signalling work Provisional Sum

The provisional sum provided is to cover the cost of the supply and installation for the

Part C1: Agreements and Contract Data C1.22

Reference no. DRT 118/02/2017

C3.22

maintenance of traffic signals on interchanges on an ad-hoc basis as requested by the

Engineer in Terms of clause C3.2.2.7 and shall be expended in accordance with the

provisions of Sub-Clause 13.5 of the General Conditions of Contract.

Item Unit

C3.2.2.8.4 a) Provision of suitable monitoring cameras (similar to Eagle Eye) Full HD Dash Camera for route patrol purposes with night vision and GPS mapping functionality including relevant SD cards

No.

b) Storage of route patrol data

per month

a) The unit of measurement shall be the number of cameras supplied and installed. (x) The rate shall include full compensation for the supply and installation of the cameras in the

routine patrol vehicles by the camera supplier, including the tenderer’s own costs to manage the process.

b) The unit of measurement shall be per month for the monitoring and recording of the footage captured on the cameras installed in the routine patrol vehicles. Storage of route patrol data shall be stored on suitable hard drives/ servers provided by the Contractor, data shall be made available at request by the Engineer.

Part C1: Agreements and Contract Data C1.23

Reference no. DRT 118/02/2017

C3.23

C3.2.3 PREVENTATIVE MAINTENANCE

C3.2.3.1 SCOPE

This section covers work to be carried out by the Contractor on a routine basis, and includes the

general maintenance of all equipment, including the replacement of certain items of equipment if they

are found to be defective, and fault detection by means of patrols and regular intervals. The various

components of the installation to be maintained are set out in Schedule A at the end of part C3.2.3.

C3.2.3.2 MAINTENANCE TO BE CARRIED OUT ONCE PER YEAR

High Masts

(i) Cleaning

• Distribution boards and associated electrical equipment.

The distribution boards inside the mast are to be cleaned thoroughly to remove all traces of

contaminants such as grease and dust.

• Luminaires

The inside of all lanterns, including bowls reflectors and lamps are to be carefully cleaned with soft

clean cloths. The outside of the bowl is to be washed with water and a detergent. All cleaning is to be

carried out with due care so as not to scratch or otherwise damage the equipment.

(ii) Electrical Checks

• Distribution boards and associated electrical equipment.

The distribution boards inside the masts and the associated electrical equipment are to be tested for

defective performance using an approved testing system. All electrical connections are to be

inspected and tightened if necessary.

• Luminaires

All lamps are to be removed from their holders and the contacts checked for arcing. All electrical

connections are to be inspected and tightened where necessary.

The power-factor correction capacitor is to be checked by measuring the "ignition" current and the

"during operation" current of the lamp. These currents for various lamps should be in accordance with

the values specified below,. If the measured current in any instance differs from that specified by more

than 10%, the capacitor is to be replaced. The "during operation" current is to be measured after the

lamp has been burning for at least five minutes.

LU600XO

LU400XO LU250XO LAMP

HPS

HPS

HPS

600W

400W

250W 21 1,4 36

"Ignition" Current (A)

7.9

5.6

3.6

"During Operation" Current (A)

6

4.5

2.9 Capacitor (microfarads)

60 50 33

Part C1: Agreements and Contract Data C1.24

Reference no. DRT 118/02/2017

C3.24

Electrical Trailing Cable

The electrical trailing cable shall be checked for faults or damage, and replaced if found to be

defective. The following procedures for replacement shall be adopted:

1. Disconnect the trailing cable plug from its socket in the distribution board.

2. Remove the plug from the trailing cable.

3. Remove the cable sock from the rope locating plate.

4. Slide the Kellems grip off the old trailing cable.

5. Pierce a hole through the new and the old trailing cable approximately 30 mm from their

respective ends.

6. With the use of a piece of steel wire, approximately 1,5 mm diameter connect the two

ends together.

7. Tape up the connection to ensure a smooth profile.

8. Draw a length of the new trailing cable, approximately 1m, through the Kellems grip and

reconnect the Kellems grip to the rope locating plate.

9. Fit the winch to the mast and lower the luminaire frame as per the operating instructions.

10. Whilst lowering the luminaire frame allow the new cable to feed up the mast.

Important: When the luminaire carriage reaches door level, the old trailing cable will fall to the

ground with the new cable attached to its end - stand well clear

11. Disconnect the trailing cable plug from the connection box.

12. Remove the plug from the old trailing cable.

13. Remove the old trailing cable from the Kellems grip on the luminaire carriage.

14. Pull the end of the new trailing cable through the Kellems grip until the cable easily reaches the connection box.

15. Make off the ends of the trailing cable and reconnect the plug.

16. Insert the plug into the socket on the connection box.

17. Raise the luminaire carriage to the top of the mast as per the operating procedures.

18. Remove winch from the mast.

19. Take up all the unnecessary slack in the trailing cable at the Kailems grip attached to the

rope locating plate.

20. Make off the trailing cable ends and reconnect the plug.

21. Insert the plug into its socket on the distribution boards.

Part C1: Agreements and Contract Data C1.25

Reference no. DRT 118/02/2017

C3.25

22. Switch on the circuit breakers marked LIGHTS and check the functioning of the

luminaires.

23. Close and lock the access door.

*Lighting protection

If the mast is fitted with alighting protection earthing installation at the base, this is to be inspected and

tested in accordance with the recommendations of BS CP236 (Protection of structures against

lightning and BS CP1013 (Earthing).

(iii) Mechanical checks

*Canopies

Canopies are to be checked to ensure that water is not able to penetrate to the light fitting. If found to

be defective, the gasket and/or mounting bolt are to be replaced.

*Lifting equipment

The lifting equipment must be inspected by a qualified person holding a Government Certificate of

Competency. This person shall certify that the lifting equipment complies with all relevant laws and

regulations, such as the Mines and Works Act and the Occupational Safety Act.

Operation of the maintenance cage in conjunction with a drum winch shall at all times comply with the

recommendations of the supplier of the cage and the manufacturer of the mast. Persons operating the

cage shall be fully conversant with the required safety measures and operating procedures. The

Engineer will supply the Contractor with the relevant operating manuals.

*Wire ropes and mast top

The following procedures are to be carried out:

1. Inspect rope lay on winch and section of rope visible at mast door opening for frays,

kinks, or corrosion.

2. Inspect anchorage point of winch rope at compensating pulley (if fitted).

3. Inspect winch rope throughout length for frays, kinks or corrosion.

4. Inspect rope anchorage points on winch drum and lantern carriage.

5. From the base of the mast observe ropes from lantern carriage in lowered position

to mast head for any obvious defects.

6. Test load the wire ropes with the maintenance cradle before using maintenance

cradle to carry personnel.

7. Lower lantern carriage, uncouple and attach maintenance cradle.

8. Load maintenance cradle with a test load equal to safe working load shown on the SWL

Plate on the side of the cradle.

9. Using power drive hoist the head of mast and return to ground level.

10. Remove test load.

Part C1: Agreements and Contract Data C1.26

Reference no. DRT 118/02/2017

C3.26

11. Inspect head pulleys, split pins etc. for wear and corrosion, tighten all nuts and bolts.

Pulleys have oilite bushes, which are not expected to require attention.

12. With lanterns returned to mast head check that all lamps light.

13 Check that details of rope and cable rigging (now visible in mast base) and lantern

carriage docking, are all correct.

14. Check foundation bolts, tighten nuts where necessary.

• Lantern carriage

The following procedure is to be carried out:

1. Inspect guide rollers (where fitted), lubricate and adjust if necessary.

2. Inspect interconnecting cables and junction boxes for damage.

3. Check electric supply cable anchorage, and check for physical damage to cable.

4. Check all nuts and bolts, tighten if necessary.

In order to take tension off the suspension rapes when the lamp ring is in the lowered position, a

support ring shall be fitted around the mast-shaft above the door opening. Pipe support legs resting on

the mast base-plate will support the mass of the lamp ring thus permitting disconnection of the

suspension ropes.

• Mast corrosion protection

During the ascent in the maintenance cage, the galvanised surface of the mast is to be checked for

damage to the coating and any signs of corrosion. Any affected areas are to be de-rusted and hand

cleaned with a detergent. A zinc-rich paint is then to be applied to the affected areas.

Lighting Poles

(i) Cleaning

• Cleaning inside the pole

The inside of the pole behind the access door is to be thoroughly cleaned.

• Luminaires

The procedures specified in clause C3.6.6 (i) for high masts are to be carried out.

(ii) Electrical checks

• Inside the pole

The circuit breaker inside the pole immediately behind the access door is to be checked to ensure that

it is functioning efficiently. All electrical connections are to be inspected and tightened where

necessary.

• Luminaires

Part C1: Agreements and Contract Data C1.27

Reference no. DRT 118/02/2017

C3.27

The procedures specified in clause C3.6.6 (ii) for high masts are to be carried out.

(iii) Mechanical checks

• Canopies

The procedures specified in clause F1.2.1(iii) for high masts are to be carried out.

• Foundation bolts

All foundation bolts are to be checked, and tightened if necessary.

LT Swltchgear, Mini-substations, Distribution Boards Pillars and Kiosks

(i) Housings

The interior of all boards, pillars, kiosks and mini-substations are to be cleaned. A chemical herbicide

is to be applied to prevent grass growing inside the electrical housing.

All legends and wiring diagrams are to be checked and replaced if necessary.

Paintwork both on the inside and the outside the housing is to be checked. Any rust spots are to be

cleaned down to bare metal by grinding, primed and a zinc chromate primer, and painted with one

coat of an enamel paint of the appropriate colour.

(ii) Switchgear

All bolts and nuts on switchgear, busbars etc., are to be checked and tightened if necessary. The

operation of all isolators, switches, circuit breakers, relays, contactors etc., shall be checked. Defective

are to be repaired or replaced.

(iii) Photocells

The bowls of the photocells which are installed on 2,5 m poles or other suitable locations are to be

cleaned, and the operation of the cell checked. If found to be defective, the cell is to be replaced.

HT Switchgear

Preventative maintenance on HT Switchgear is generally limited to cleaning only, after the necessary

safety precautions have been taken. Only suitably qualified persons may work on HT Switchgear.

However, on oil filled switchgear the Contractor will be expected to engage the services of a specialist

oil purification company, to undertake the purification of the oil in such switchgear to SANS 555.

In instances where the oil can no longer be purified due to the deterioration, the Contractor shall supply,

deliver and replace the oil in the concerned switchgear or transformer.

Replacement of Minor Items of Equipment

During the preventative maintenance inspections carried out on high masts, lighting poles and

switchgear, any minor items of equipment which are found to be defective or damaged are to be

replaced. These items would include lamp holders, lamps, power factor correction capacitors, ballasts,

igniters, circuit breakers, earth leakage relays, photocells, HRC fuses and cartridges and other similar

items.

Part C1: Agreements and Contract Data C1.28

Reference no. DRT 118/02/2017

C3.28

The Contractor will be required to have these items available during preventative maintenance

operations. The labour involved in the replacement of these items will be deemed to be included in the

rates tendered in section C3.2.3.6 of the Schedule of Quantities. The supply of the replacement items

will be paid for under particular items scheduled in C3.2.3.6.6 of the Schedule of Quantities. The items

supplied are to comply with the following requirements:

Lamp holders: E40 Goliath Edison Screw (GES) porcelain with anti-vibration spring, 3kV pulse tested

Lamps: GE or equivalent (Description: The

High Pressure Sodium Lamps must be of very robust

and reliable construction, and designed to meet the

most demanding requirements. The sodium resistant

ceramic must allow for slow voltage rise to give a rated

average life of up to 35000 hours. The lamp must have a

rugged monolithic arc tube for higher reliability, high

xenon fill gas to deliver a high luminous efficiency up

to146 lm/W. The lamp must also be compatible with

both magnetic and electronic ballasts.)

PF correction capacitors: Bag Turgi or similar

Ballasts: Parmar or similar

Ignitors: Parmar or similar

Circuit breakers: 10 -20A, single pole Merlin Gerin 5 kA,

Photocells National plug-in type or similar

HRC fuses: English Electric "Red Spot" or similar

Part C1: Agreements and Contract Data C1.29

Reference no. DRT 118/02/2017

C3.29

C3.2.3.3 PREVENTATIVE MAINTENANCE TO BE CARRIED OUT ONCE WITHIN THE 36

MONTH CONTRACT DURATION

Inspection and Replacement of the Steel Wire Ropes on High Masts

1. Fit the luminaire support ring brackets to the mast.

2. Open the mast access door.

3. Fit the double drum winch to the mast and attach the winch ropes to the rope locating

plates

4. Lower the luminaire carriage until it rests on the support bracket.

5. Disconnect the wire ropes from the luminaire carriage at the two lifting points.

6. Tie a length of 3 mm diameter nylon rope to the thimble end of each of the wire ropes and

secure the loose end to an immovable object i.e. the luminaire carriage.

7. Carefully pull the winch ropes out through the mast access opening, laying them out

neatly and ensuring that they are in a safe place there they will not get damaged during

later operations.

8. Remove the rope locating plates from the mast stainless steel wire ropes.

9. With the use of a piece of insulation tape, mark each wire rope where the loose end

meets the live (tension) portion.

10. Remove the three stainless steel Crosby clamps from each of the wire ropes and store

them with the stainless steel thimbles in a safe place.

11. Tie the loose end of the 62 m nylon ropes to the bracket ends of the wire ropes.

12. Now pull down the nylon ropes outside the mast and draw the stainless steel ropes out of

the mast.

Important: Always ensure that both ends of the two ropes are held and guided as the difference in

weight could let the wire rope fall down the outside of the mast unexpectedly and break

the nylon rope/bracket connection.

13. Lay out the wire rope neatly for inspection.

14. Should it be found that a wire rope is damaged and required replacement, the

following steps should be taken:

(i) Lay out the new stainless steel wire rope next to the existing rope

(ii) Mark the new rope at the identical position where the old rope was marked with the insulation

tape

Part C1: Agreements and Contract Data C1.30

Reference no. DRT 118/02/2017

C3.30

(iii) Attach another piece of insulation tape to the new rope where the end of the existing rope

meets the new rope

(iv) Remove the nylon rope from the bracket end of the existing rope and connect to the new rope.

15. When inspected, again pull down the nylon ropes within the access door opening and let

the wire ropes move up to the outside of the mast, over the pulleys and down the inside.

16. When the ropes are back inside the mast shaft, replace the stainless steel thimble and Crosby clamps, ensuring that the thimble is in the exact position as before. This is achieved by ensuring that the end of the rope is again corresponding to the tape mark on the wire rope.

17. Re-connect the rope locating plates to the made off thimbles of the wire ropes.

18. Pull the nylon ropes on the outside of the mast and allow the winch ropes to move freely

through the access door opening.

19. Re-connect the thimble ends to the luminaire carriage.

20. Raise the luminaire carriage to the top of the mast.

21. When the trailing cable has stopped moving, ensure that the holes in the rope locating

plates coincide with those in the rope lock assembly and make adjustments.

22. Insert the rope locking screws firmly.

23. Take the tension off the winch ropes and ensure that the ropes locating screws are

properly seated

24. Re-check that all components are securely fixed and properly seated.

25. Remove the double drum winch from the mast

26. Close and lock the access door

Important: Where Nytock nuts are used, ensure that they are replaced after removal. Under no

circumstances may the old nut be re-used.

The complete earthing installation of all high masts and lighting poles is to be tested.

All lamps on high masts lighting poles and underpass luminaires are to be replaced, whether

operational or not.

C3.2.3.4 INTERIM LAMP REPLACEMENT

The Contractor will be requested to carry out interim lamp replacements on any section of

the Contract when instructed to do so by the Engineer. Any such interim lamp

replacement shall involve the replacement of lamps and/or poles or underpass luminaires

on a particular section of the contract.

C3.2.3.5 GROUP LAMP REPLACEMENT

Part C1: Agreements and Contract Data C1.31

Reference no. DRT 118/02/2017

C3.31

The Contractor will be requested to carry out group lamp replacements on any section of

the Contract when instructed to do so by the Engineer. Any such group lamp replacement

shall involve the replacement of lamps on a consecutive start point to end point and/or

poles or underpass luminaires on a particular section of the contract.

C3.2.3.6 MEASUREMENT AND PAYMENT

Item Unit

C3.2.3.6.1 Preventative maintenance to be carried out once within the

36 month contract duration Lump

Sum

The tendered lump sum for Item C3.2.3.6.1 shall include full compensation for carrying

out preventative maintenance once within the 12 month contract duration as per the cycle

specified in C3.2.3 of the Project Specification on all the relevant items of equipment in

the particular section. The tendered lump sum shall include full compensation for all

labour, tools, equipment, materials, transport and any other items necessary to complete

the work as specified including the replacement of defective equipment. The tendered

lump sum for the Contract is to be based on the number and type of each item of

equipment listed in the Schedule of Equipment to be maintained. The tendered rate shall

allow for lane closure and traffic accommodation in accordance with the South African

Road Traffic Signs Manual (SARTSM), volume 2, chapter 13 of the June 1999 edition.

Item Unit C3.2.3.6.2 Inspection of the steel wire ropes on the high masts as Specified

Lump Sum

The tendered lump sum of Item C3.2.3.6.2 shall include full compensation for inspecting

the steel wire ropes on all the high masts during the contract period according to the

procedure specified in clause C.3.2.3 of the Project Specification. The tendered lump

sum shall include full compensation for all labour, tools, equipment, materials, transport

and any other item to complete the work as specified. The tendered lump sum is to be

based on the number and type of high masts listed in the Schedule of Equipment to be

maintained.

Should an inspection reveal that the steel wire ropes on any mast require to be replaced,

this will be done at the same time as the inspection. No additional payment will be made

for the labour involved in replacing the ropes. Payment for the provision of the new ropes

will be paid under the provisional sum in item C3.2.4.4.1 of the Schedule of Quantities,

Item Unit

C3.2.3.6.3 Testing of earthing installation for high masts and Lighting poles

Lump Sum

The tendered lump sum for C3.2.3.6.3 shall include full compensation for testing the

Part C1: Agreements and Contract Data C1.32

Reference no. DRT 118/02/2017

C3.32

earthing installation of all the high masts and lighting poles. The tendered lump sum

shall include full compensation for all labour, tools, equipment, material, transport and

any other item necessary to complete the work as specified. The tendered lump sum is

to be based on the equipment listed in the Schedule of Equipment to be maintained.

Item Unit C3.2.3.6.4 Group lamp replacement of all lamps on high masts, Lighting poles and in

underpass luminaires as specified in C3.2.3.5 of the Project Specification (excluding the supply of the lamps)

Lump Sum

The tendered lump sum for C3.2.3.6.4 shall include full compensation for replacement of

all the lamps on all the high masts and lighting poles and in all underpass luminaires on a

particular section of the Contract once during the Contract Period according to the

procedure specified in clause C3.2.3.5 of the Project Specification,

The tendered lump sum shall include full compensation for all labour and tools to

complete the work as specified.

Payment for the supply of the lamps will be made under the relevant item in C3.2.3.6.6 of

the Schedule of Quantities. The tendered lump sum is to be based on the lamps listed in

the Schedule of Equipment to be maintained in Clause C3.2.3.2.

Item Unit C3.2.3.6.5 Interim replacement of lamps on high masts, lighting poles and in underpass

luminaires as specified in clause C3.2.3.4 of the Project Specifications (excluding the supply of the lamps)

(a) 40 m mast No.

(b) 30 m mast No.

(c) 20 m mast No.

(d) 20m scissor in median No.

(e) 20m mid-hinge in median No.

(f) 12m mono-pole in median No.

(g) Underpass luminaire No.

(h) 5m mono- poles No.

The unit of measurement for item C3.2.3.6.5 shall be the number of masts, lighting poles

and underpass luminaires included in an interim lamp replacement.

The tendered rate shall include full compensation for replacing defective lamps, on the

type of high masts and lighting poles described and in underpass luminaires according to

the procedure specified in clause C3.2.3.4 of the Project Specifications. The tendered

rate shall include full compensation for all tools and transport to complete the work as

specified. Payment for the supply of the lamps will be made under the relevant item in

C3.2.3.6.6 of the Schedule of Quantities.

Item Unit C3.2.3.6.6 Supply and installation of materials and equipment for preventative

Part C1: Agreements and Contract Data C1.33

Reference no. DRT 118/02/2017

C3.33

maintenance work

(A) Lamp holders: E40 Goliath Edison Screw (GES) porcelain with anti-vibration spring, 3kV pulse tested

No.

(B) Lamps for interim lamp replacement (type of lamp specified)

No.

(C) Lamps for group lamp replacement (type of lamp specified)

No.

(D) Power factor correction capacitors complete with mounting saddles and fixings (capacitance specified)

No.

(E) Ballasts complete with fixings for (type of lamp specified) No.

(F) Ignitors for (type of lamp specified) No.

(G) Circuit breakers (type specified) No.

(H)

Contactors (type specified) No.

(I) Low voltage fuses (type specified) No.

(J) High voltage fuses (type specified) No.

(K) High voltage fuseholders (type specified) No.

(L)

Photocells (type specified) No.

(M) Connector strips for luminaire wiring strip of 3 with mounting bolts (area of conductor specified)

No.

The unit of measurement shall be the number of the particular item supplied and

installed.

The tendered rates shall include full compensation for the supply and installation of the

item as specified for installation under items of preventive maintenance work, including all

costs involved in holding an adequate supply of the items readily available during

preventative maintenance inspections.

Item Unit

C3.2.3.6.7 Regenerate existing oil to meet SANS 555 requirements for regenerated oil

Litre

The unit of measurement shall be the number of litres purified for a minimum of three passes through the mobile purification plant. The rate shall include all necessary costs of the deployment of the plant, and the purification of the oil and all other costs to purify the oil.

Item Unit

Part C1: Agreements and Contract Data C1.34

Reference no. DRT 118/02/2017

C3.34

C3.2.3.6.8 Supply, deliver and fill new virgin oil in existing transformers

or switchgear Litre

The unit of measurement shall be the number of litres supplied, delivered to site, and refilling of the affected equipment. The rate shall include all costs to deliver, fill the new oil, and to transport and dispose of the used oil at an authorised facility.

Item Unit

C3.2.3.6.9 Testing of mineral insulating oil Sample

The unit of measurement shall be the number of samples tested, including the production of a detailed report produced on the oil sample, which report shall also include an analysis of the equipment condition that can be derived from the oil analysis. The following tests shall be conducted on the oil sample:

Moisture Content

Dielectric strength to IEC 60156

Dissolved gas analysis to IEC 60628

Acidity to IEC 62021-1

Furanic analysis to IEC 61198

PCB content, to IEC 60619

The rate shall include all costs to extract a sample from the equipment, deliver to a laboratory, undertake the tests and produce and present a comprehensive report to the Engineer and any other related costs.

C.3.2.4 REPLACEMENT OF EQUIPMENT AND UPGRADING

C3.2.4.1 SCOPE

This section covers the work involved in replacing damaged or defective equipment, and

certain items of work to upgrade the system.

C3.2.4.2 REPLACEMENT OF EQUIPMENT

Any items of equipment, for example masts, poles, minisubs etc., which are damaged by

vehicle collisions or any other means, or which are found to be defective, are to be

replaced or repaired by the Contractor. This work excludes the minor items of equipment,

which are to be replaced as part of preventative maintenance, which are scheduled in

Section C3.2.3.6 of the Schedule of Quantities. The replacement of equipment will be

paid for in C3.2.4.4 of the Schedule of Quantities.

C3.2.4.3 UPGRADING

It is not anticipated that any items of equipment items of equipment will require

upgrading.

C3.2.4.4 MEASUREMENT AND PAYMENT

Part C1: Agreements and Contract Data C1.35

Reference no. DRT 118/02/2017

C3.35

Item Unit

C3.2.4.4.1 Replacement of equipment as instructed by the Engineer to

replace or repair damaged or defective Equipment.

Provisional sum

The provisional sum provided to cover the cost of the replacement of equipment

requested by the Engineer in Terms of clause C3.2.4.2 of the Project Specification shall

be expended in accordance with the provisions of Sub-Clause 13.5 of the General

Conditions of Contract. This item shall allow for lane closure and traffic accommodation

in accordance with the South African Road Traffic Signs Manual (SARTSM), volume 2,

chapter 13 of the June 1999 edition.

Item Unit

C3.2.4.4.2 Replace mast/pole complete without luminaires (state type of mast/pole)

Number (No.)

Replace mast/pole complete without luminaires (state type of mast/pole and luminaires).

The unit of measurement shall be the number of each type of mast or pole delivered and

erected. The tendered rates shall include full compensation for procuring, furnishing and

installing the mast or pole by erecting it on the original or reconstructed foundation. The

tendered rate shall include all costs of cranes or other equipment required to erect the

mast or pole.

Item Unit

C3.2.4.4.3 Replace complete luminaires (state type of luminaire and lamps)

Number (No.)

Replace complete luminaires (state type of luminaire and lamps).

The unit of measurement shall be the number of each type of luminaire delivered and

installed on a mast or pole.

The tendered rate shall include full compensation for procuring, furnishing and installing

the luminaire on the mast or pole, and the removal and disposal of the original luminaire

if required.

Item Unit

C3.2.4.4.4 Replacement of special lighting equipment at various

interchanges

a) LED Aviation Luminaire, Min 10 Candela, Night Operation No.

b) 150W LED Luminaire, 1300 Lumens at 700mA Max No.

c) Various installations on the extent of the route Provisional Sum

Part C1: Agreements and Contract Data C1.36

Reference no. DRT 118/02/2017

C3.36

The unit of measurement shall be the number of each type of special light fitting

delivered and installed on a mast, pole or anywhere else.

The tendered rate shall include full compensation for procuring, furnishing and installing

the special light fitting including lamp on the mast, pole or anywhere else, and the

removal and disposal of the original light fitting if required.

The provisional sum provided is to cover the cost of the supply and installation of

equipment instructed by the Engineer at various installations on the extent of the route

shall be expended in accordance with the provisions of Sub-Clause 13.5 of the General

Conditions of Contract.

Item Unit

C3.2.4.4.5 Repaint of Poles and Masts

a) 40m Mast No.

b) 30m Mast No.

c) 20m Mid-hinge in median No.

d) 20m Scissor Mast No.

e) 15m Mono-pole outside median No.

f) 12m Mono-pole outside median No.

g) 5m Pole No.

The unit of measurement shall be the number of each type of mast/ pole.

The tendered rate shall include full compensation for procuring the Bitumen Aluminium

based paint, hiring cost of the crane / cherry picker and any other costs to comply with

clause C3.6.1.12.

Item Unit

C3.2.4.4.6 Standardisation of locks No.

The unit of measurement shall be the number of locks supplied and installed at various

locations.

The tendered rate shall include full compensation for the supply and installation of locks

at any location on the entire route of the site instructed by the Engineer. The locks shall

be similar or equivalent to the “UNION” high security padlock.

Item Unit

Part C1: Agreements and Contract Data C1.37

Reference no. DRT 118/02/2017

C3.37

C3.2.4.4.7 Galvanizing on link poles No.

The unit of measurement shall be the number of galvanizing on link poles at various

locations.

The tendered rate shall include full compensation to cover the cost of galvanizing on link

poles at any location on the entire route of the site as instructed by the Engineer and

shall be expended in accordance with the provisions of Sub-Clause 13.5 of the General

Conditions of Contract.

Item Unit

C3.2.4.4.8 (a) Maintenance of Security lighting at various Building Sites Provisional Sum

The item shall is to cater for the maintenance of security lighting at various building sites.

There are approximately sixty building sites. All work done will be paid for under this item

using rates quoted under C3.2.6 of the Schedule of Quantities.

In the event of work being required for which no rates have been quoted all labour, plant

and materials actually used will be paid for on a daywork basis. A provisional sum is

provided in C3.2.4.4.8 (a) of the Schedule of Quantities for this purpose, and provision is

made for the submission of a percentage mark-up by the Contractor under item

C3.2.4.4.8 (b) on the basic cost of labour, materials and plant pertaining to the Handling

cost and profit

Item Unit

C3.2.4.4.8 (b) Handling cost and profit on (a)

for emergency work Percentage (%)

Part C1: Agreements and Contract Data C1.38

Reference no. DRT 118/02/2017

C3.38

C3.2.5 EMERGENCY WORK

C3.2.5.1 SCOPE

This section covers the work involved in rendering damaged or malfunctioning equipment

safe in the case of emergency including high priority areas, where the normal operation of

lighting is always required, as instructed by the Engineer.

C3.2.5.2 GENERAL REQUIREMENTS

In the event of an emergency, arising either from physical damage to the equipment,

caused for example by a vehicle collision, or from a malfunction by any item of

equipment, the equipment is to be restored to a safe condition by the Contractor as soon

as possible. The damaged or malfunctioning equipment is to be made safe electrically,

and any physical hazard to traffic, such as a fallen pole, is to be removed. Emergency

work entails work necessary to make the situation safe including high priority

areas, where the normal operation of lighting is always required, as instructed by

the Engineer. Any work, which can be done at a late stage, will not be regarded as

emergency work.

The Contractor shall respond immediately to emergency calls from the Traffic and Fire

Departments of any of the municipalities within which the lighting installations are

situated, the South African Police, the SOS control centre, officials of the Gauteng

Provincial Government, South African National Roads Agency Limited and the Resident

Engineer.

C3.2.5.3 REQUIREMENTS FOR THE ROUTINE PATROL AND EMERGENCY TEAM

The Contractor shall hold available a routine patrol and emergency team of personnel

and plant which can respond to an emergency call at all times i.e. 24 hours per day, 7

days per week, including public holidays. The maximum response time of this team i.e.

the time from when an emergency call is received until the time when the team arrives on

the scene, shall be four hours.

The plant and personnel available to the team shall be capable of the following:

(a) Making safe all damaged or malfunctioning electrical equipment. Suitably

qualified and trained personnel will be required for this work, which includes the

operation of the MV switchgear when MV transformers and mini-subs have to be

disconnected from the system.

(b) All work necessary to clear the roadway and obtain access to damaged electrical

equipment. This will necessitate the provision of lifting equipment, and means of

access to masts and poles such as hydraulic and cherry pickers. The emergency

team shall also have access to raising and lowering gear for all types of masts.

(c) Inspecting each section of the highway at least twice during the day, and twice at

night, every night of the year including all public holidays and weekends.

(d) Checking the status of the lighting during the night patrol. In instances where the

lighting system is de-energised due to tripped switchgear (LV and MV) the team

shall immediately re-set the affected switchgear if possible.

Part C1: Agreements and Contract Data C1.39

Reference no. DRT 118/02/2017

C3.39

The type of situations the team would expected to deal with under emergency conditions,

would be vehicle collisions with masts, poles, distribution boards and pillars, mini-

substations etc., as well as the malfunctioning of any item of equipment for any other

reason, which creates a dangerous situation. Exact details of items of plant or personnel

members required for the emergency team are not specified in detail., However,

tenderers are require to provide with their tender information on the plant and personnel

which would be available, and where this plant and equipment would be based. After the

tender award, the Engineer shall have the right to do the following:

(a) Instruct the Contractor at any time to provide a list of the personnel and plant

which are available for the emergency team, including full details of the names,

qualifications and experience of the personnel available, and a full description of

the plant available.

(b) Interview such personnel and inspect such equipment at any time.

(c) Instruct the Contractor to hold any additional personnel or plant available for the

emergency team, which the Engineer deems to be necessary.

(d) Withhold payment to the Contractor for holding the emergency team available

until the Engineer's requirements have been met.

C3.2.5.4 ACCOMMODATION OF TRAFFIC

The Contractor will be responsible for the accommodation of traffic while carrying out

emergency work. The necessary traffic control devices such as signs, cones, etc. shall be

supplied by the Contractor. The Contractor will be required to have all these available at

all times for use during emergency work. All vehicles used in carrying out emergency

work are to be equipped with flashing amber lights. All personnel engaged in emergency

work are to wear high visibility clothing, with both fluorescent material for day-time

visibility and reflective material for night-time visibility. During the execution of emergency

work, the Contractor will be required to comply with the instructions of the traffic

authorities at the scene.

C3.2.5.5 MEASUREMENT AND PAYMENT

Item Unit

C3.2.5.5.1 Holding routine patrol and emergency team available Lump sum

The tendered lump sum shall provide full compensation for holding the emergency team

as specified available for emergency work and weekly routine patrol, including all costs

involved in making the necessary personnel and plant available at all times. Contractor

shall price for all risks.

The tendered rate shall allow for lane closure and traffic accommodation in accordance

with the South African Road Traffic Signs Manual (SARTSM), volume 2, chapter 13 of the

June 1999 edition.

Item Unit

C3.2.5.5.2 Plant and Materials used during call-outs

Provisional Sum

Part C1: Agreements and Contract Data C1.40

Reference no. DRT 118/02/2017

C3.40

for emergency work

All work done on an emergency call-out will be paid for under rates quoted in C3.2.6 of the

Schedule of Quantities. A provisional sum is provided for this purpose under C.3.2.5.5.2.

Item Unit

C3.2.5.5.3 Contractor's mark-up on day works undertaken on emergency call-outs

for emergency work

Percentage (%)

Provision is made for the submission of a percentage mark-up by the Contractor on the

cost of labour, materials and plant over and above the rates quoted under C3.2.6 used

during the emergency call-out .

Part C1: Agreements and Contract Data C1.41

Reference no. DRT 118/02/2017

C3.41

C3.2.6 EXTRA WORK AND DAYWORKS

C3.2.6.1 SCOPE

This section covers the extra work that is expected to be required during the period but, because of its

diverse and unpredictable nature, cannot be itemised at this time as well as the provision of a

schedule of day works items which will also be used to undertake work which has been itemised at a

high level in the Schedule of Quantities, particularly extra work.

C3.2.6.2 RATES FOR ITEMS OF EXTRA WORK

The items include in the schedule of extra works items in C3.2.6.4 are generally for the supply and

installation of cables and accessories. Most of the items listed are rate only items, the rates inserted

will however be taken into consideration when the tenders are adjudicated.

C3.2.6.3 DAYWORKS

The day works schedule includes labour and plant that could be required at various times to

undertake work on the contract that is not individually itemised and in particular items of extra works.

The Contractor is to price each of the items in the Schedule of Quantities.

C3.2.6.4 MEASUREMENT AND PAYMENT

Item Unit

C3.2.6.4.1 Provisional sum to be expended at the discretion of the Engineer for any

extra work and dayworks.

Provisional sum

The provisional sum provided to cover the cost for any extra work and dayworks requested by the

Engineer and shall be expended in accordance with the provisions of Sub-Clause 13.5 of the General

Conditions of Contract. This item shall also allow for lane closure and traffic accommodation in

accordance with the South African Road Traffic Signs Manual (SARTSM), volume 2, chapter 13 of the

June 1999 edition.

Item Unit

Extra Work

C3.2.6.4.2 Supply, deliver, install, test and commission:

(a)

(b)

LV Power cables: PVC insulated PVC bedded *SWA PVC sheathed 600/1000 V

cables to SANS 1507 (cable type and number of cores specified)

Aerial Bundled Conductor (ABC): XLPE, UV Protection, 600/1000 V

cables to SANS 1418 (cable type and number of cores specified)

Metre (m)

Metre (m)

(c) MV cables, 6.65/11kV XLPE insulated, copper tape screened, PVC bedded,

SWA, PVC sheathed MV cables to SANS 1339 (cable type and number of cores

specified)

Metre (m)

(d) LV cable & ABC terminations, glands, shrouds, lugs etc. (cable type and number

of cores specified)

Set (set)

Part C1: Agreements and Contract Data C1.42

Reference no. DRT 118/02/2017

C3.42

(e) MV cable terminations, glands, shrouds, lugs etc. (cable type and number of

cores specified)

Set (set)

(f) LV cable joints (shall be scotch cast joints), sleeves, ferrules etc. (cable type and

number of cores specified)

Number

(No.)

(g)

(h)

MV cable joints, sleeves, ferrules etc. for 11kV XLPE MV cable (SWA) (cable type and number of cores specified) Galvanised, screwed conduit (size specified)

Number

(No.)

Metre (m)

(i) Galvanised bosal conduit (size specified) Metre (m)

(j) Conduit end (bush and lockouts) (size specified) Number

(No.)

(k) Conduit and (round conduit box 1, 2, 3 & 4 way) (size specified) Number

(No.)

(l) PVC insulated copper conductors (cable size specified) Metre (m)

(m) Bare copper earthwire (cable size specified) Metre (m)

(n) Trailing cable neoprene (cable size specified) Metre (m)

The unit of measure shall be the net length of cable installed in the works as instructed by the

Engineer.

The tendered rate shall Include full compensation for procuring, furnishing, delivering and laying the

cable in a trench or where directed by the Engineer.

The tendered rates for accessories shall include full compensation for all consumables and sundries

necessary for the proper installation of the accessory.

“CSA” refers to cross sectional area which is the cable size in mm2 Item Unit

Dayworks

C3.2.6.4.3

(a) Labour for:

(i) Foreman Hour (hr)

(ii) Artisan Hour (hr)

(iii) Apprentice Hour (hr)

(iv) Semi-skilled labourer Hour (hr)

(v) Labourer Hour (hr)

(vi) Student Hour (hr)

Item Unit

Part C1: Agreements and Contract Data C1.43

Reference no. DRT 118/02/2017

C3.43

(b) Transport for:

(i) Vehicles up to and including 1500 kg km

(ii) Vehicles over 1500 kg up to 3000 kg km

(iii) Vehicles over 3000 kg km

(iv) Vehicles over 3000 kg with high up crane km

(v) Vehicles over 3000 kg with high up crane including hydraulic personnel lift km

(vi) Vehicles over 3000 kg with Attenuator safety truck km

Item Unit (c) Special vehicles and equipment *:

(i) 4-10 ton mobile crane truck Hour (hr)

(ii) 4-10 ton mobile crane truck with hydraulic personnel lift Hour (hr)

(iii) 30 ton mobile crane truck Hour (hr)

(iv) Mobile hydraulic personnel lift Hour (hr)

(v) Attenuator safety truck Hour (hr)

Item Unit (d) Ancillary equipment *:

(i) Pump (100 litres per minute) Hour (hr)

(ii) Mobile air compressor including hoses and tools (260cfm) Hour (hr)

(iii) Generator 250kVA Hour (hr)

(iv) Generator 7.5kVA Hour (hr)

Item Unit (e) Locating Cable Fault*: Hour (hr)

The tendered rate shall Include full compensation for procuring, furnishing, consumables, sundries,

delivering and any other risks to ensure a functional working solution or where directed by the

Engineer.

* ITEMS MARKED HERE ARE SUBJECT TO A MINIMUM CHARGE OF 4 HOURS

Part C1: Agreements and Contract Data C1.44

Reference no. DRT 118/02/2017

C3.44

C3.2.7 REQUIREMENTS FOR PROVISION OF SECURITY C3.2.7.1 SECURITY TO BE PROVIDED BY THE CONTRACTOR The Tenderer shall provide Grade “C” security guards, to be used at the discretion of the Employer. The Grade “C” shall be strictly as defined by the Private Security Industry Regulatory Authority (PSIRA), and all guards shall be registered by PSIRA in full accordance to their regulations. Unregistered guards shall not be accepted under any circumstance. The Contractor is to further note that these guards will NOT form part of the Contractor’s general security of his site, or plant. The Contractor’s own security must be priced for separately under the Preliminary and General items. C3.2.7.2 MEASUREMENT AND PAYMENT

Item Unit

C3.2.7.2.1 Provide Grade “C” security guards Unit per Month

The unit of measurement shall be the number of security guards provided per month. Tenderer to note that 1 unit = 6 guards.

The rate shall include full compensation for the hiring of the guards, all necessary logistics and transport to deploy them on any location along the entire route, supervision and all other costs related to the provision of the guards. Areas to be guarded 24hrs/day.

Item Unit

C3.2.7.2.2 Routine patrol vehicle

a) Monthly running costs Lump sum per month

The tendered rate shall allow for the monthly running costs to operate the routine patrol vehicle on a daily basis, including fuels, insurance, and all other costs.

Item Unit

C3.2.7.2.3 Security Cages

a) Security cage for mini-substation with existing palisade (incl. support structure)

No.

b) Security cage for mini-substation without existing palisade (incl. support structure and foundations)

No.

c) Security cage for 100kVA Transformer with existing palisade

No.

d) Security cage for 100kVA Transformer without existing palisade

No.

e) Security cage for Distribution Kiosk with existing palisade No.

Part C1: Agreements and Contract Data C1.45

Reference no. DRT 118/02/2017

C3.45

The tendered rate shall allow for the supply, delivery, installation including bolts, foundations, support structures and any other costs to ensure a functional working solution.

Item Unit

C3.2.7.2.4 Manning of base-station for alarms Lump sum per month

The tendered rate shall allow for the monthly costs for the Manning of base-station for alarms for the entire project including fuels, insurance, labour, vehicles, and all other costs to ensure a functional working solution. Tenderer shall price for all risks.

Part C1: Agreements and Contract Data C1.46

Reference no. DRT 118/02/2017

C3.46

C3.2.8 TECHNICAL SPECIFICATIONS

C3.2.8.1 POWER AND CONTROL CABLES

The cable types to be used shall be as follows:

• 11, 6,6 or 3,3 kV grade (as applicable) general purpose paper insulated, lead

covered, double steel tape armoured, jute served, with copper conductors in

accordance with the latest edition of SABS 97.

• 11, 6,6 or 3,3 kV grade (as applies) general purpose, cross linked polyethylene

covered, cross linked polyethylene insulated, with common screen and earth

continuity conductor, steel tape or steel wire armoured and PVC sheathed with

copper conductors.

• MV cables shall be 60Q/1 000 V grade general purpose PVC insulated, PVC

bedded, steel wire armoured and PVC sheathed, with copper conductors in

accordance with the latest edition of SABS 150.

• Multi-pair general purpose, PVC covered, steel wire armoured, PVC sheathed,

PVC insulated with multistrand copper conductor of 0,6 mm diameter shall be

used for all ELV applications and a separate twisted pair shall be used for each

device and common wires shall be linked only on the terminal strip at the control

panel.

• 1,5 mm² Multicore Metaflex or copex with wires shall be used between junction

boxes and limit switched.

The cabling installation shall comply with the following specification:

• Only cables with copper and aluminium conductors will be acceptable, unless

otherwise indicated in the detailed specification.

• All cables shall be marked by means of suitable, permanently legible

identification strips.

• Cables with one to seven cores shall be identified in accordance with the colour

chart in BS 6346.

• Cables with more than seven cores shall also be identified in accordance with the

colour code, but where a colour is repeated such cores shall, in addition to the

colour, be identified with a clear black tracer.

• All motor cables not exceeding 4 mm2 shall be 4 core. Three cores shall be used

for power and the fourth core for earth.

• As an alternative to the above, 3 core cables with copper earth continuity strands

in the armouring may be used provided that the appropriate terminating glands

and earth connections are used at each end.

• Where motor cables exceed 4 mm2 shall be 4 core. Three cores shall be used for

power and the fourth com for earth.

C3.47

C-47

• As an alternative to the above, 3 core cables with copper earth continuity

strands in the armouring may be used provided that the appropriate terminating

glands and earth connections are used at each end.

• Where motor cables exceed 4mm², a separate bare copper wire not less than

VA the cross sectional area of the cable shall be run from the motor earth

terminal onto the nearest main earth conductor, within the range 10 -70sq/mm.

• Joints in cables are unacceptable except with the prior written approval of

the Engineer.

Ratings

Cables which are not protected by fuses or circuit-breakers with instantaneous over-

current protection, shall be rated for the maximum short circuit current and duration

permitted by the protective device.

Cables shall be sized for a maximum voltage drop at equipment terminals, during full load

operation, of 5% of the nominal system voltage. Interconnectors between switchboards

shall be sized for a maximum voltage drop of 2Y2 % of the nominal system voltage.

Motor feeder cables shall be sized for a maximum voltage drop during motor starting of

20% of the nominal system voltage.

Cables to rotor resistors, with intermittent duty shall be rated for half the maximum rotor

current.

Cable Terminations

Types of cable terminations to be used shall be as follows:

• Terminations shall consist of a cable box where the three conductors are made

up and taped. The box shall then be filled with a suitable insulating compound.

• Cable terminations shall consist of suitable mechanical gland and suitable kit for

the encapsulation and taping of the cable end.

• All HV cable terminations must be carried out by experienced personnel in

accordance with the instructions received from the cable manufacturer,

• PVC/PVC/SWA/PVC cables shall be terminated in armour grip type mechanical

glands complete with neoprene shrouds.

• Terminations shall consist of a suitable mechanical gland complete with shroud.

The tails of all cables shall be of sufficient length to facilitate disconnecting and testing,

and to allow any two tails of any cable to be interchanged (for phase reversal).

All copper conductors shall be terminated with suitable tinned and annealed copper crimp

lugs and a hexagon type crimping tool and compatible lugs shall be used for all stranded

conductors of 35 mm2 and larger.

C3.2.8.2 CABLE TRENCHES, DUCTS, TUNNELS AND RACKS

C3.48

C-48

General

All cabling shall be protected, as far as is practicable, by being run in tunnels, ducts,

trenches or on cable racks. The use of conduit shall be avoided. All cables shall enter

buildings below ground level.

Cable Trenches

Cables in main cable runs in excavated ground shall be buried at depths as prescribed

but minimum depths shall not be less than 1500 mm for HV cables or 1500 mm for MV &

LV cables.

Once trenching is completed, the bottom of each trench shall be cleaned of all stones,

steel cuttings, bricks or any other sharp or large object with could damage the cable laid.

The cable shall be laid on top of a compacted layer of 50 mm (min) of sifted sand and

then covered with a layer of at least 75 mm of sifted sand to be thoroughly compacted

before being covered with reinforced concrete slabs (in areas as instructed by the

Engineer) of 300 – 400 mm in width, 450 -1 000 mm in length and approx 50 mm in

thickness. The reinforced concrete slabs shall

Backfilling shall be done in layers of 150 to 200 mm thoroughly cleaned of ail large or

sharp objects and each layer of soil properly compacted to at least 93%.

At approximately 300 mm below ground level a cable marking tape of yellow colour

bearing warning signs and the inscription" DANGER - CABLE" shall be laid along entire

length of the trench.

The trench routes shall be clearly designated with warning signs and/or cable route

markers at each turning point and in any event not further than 25 m apart.

A 'turning point1 is considered to be any point in the cable route which deviates from a

straight line.

Cable Ducts

Cable ducts shall be of sufficient size to provide protection from mechanical damage and

shall be self-draining into a waste water reticulation system.

Cable ducts in Substations, Control and Switch Rooms shall be covered with chequer-

plating suitably reinforced.

Cable ducts in all other locations shall be backfilled with sifted sand of a maximum

particle size of 25 mm and covered with a minimum of 50 mm weak mix concrete screed,

and the joint with the edge of the screed shall be ruled.

Where justified, cables shall be laid on side mounted trays in ducts 1 m wide by 1 m

deep.

Cable Tunnels

Where the number of cables used or circumstances justify the use of cable tunnels, these

shall be designed for ample capacity.

C3.49

C-49

Tray work shall be on one side only and shall not impede the walkway.

The floors of cable tunnels shall be designed with a gradient of 1:100 lengthwise to

provide for natural drainage into a wastewater reticulation system.

Cable Racks

Cable racks and supporting brackets will be of substantial design and shall allow for a

25% spare width capacity.

Gable racks shall be installed vertically.

Cable trays and supporting brackets shall be made of galvanised steel or other non-

corrosive material.

Where saline laden air or industrial fumes present a corrosion hazard, all racks, trays and

supports shall be galvanised, painted and epoxy-coated.

Painting and epoxy coating shall only be carried out on cable racks, which are completely

installed, but before actual cable installation.

Galvanised ladder type cable racking shall be used for supporting all cables of 50 mm2, 3

core and larger and the cable shall be clamped by means of proprietary galvanised

clamps designed for the racking.

Galvanised, perforated cable trays shall be used for supporting all cables of 35 mm² and

smaller. The tray shall be securely fixed on stand-off supports and the cables be secured

to the tray by means of 'Colsen' or equal strapping at approved intervals.

Grouping of cables and spacing shall be in accordance with the SABS Code of Practice

for the Wiring of Premises (SABS 0142 - 1978) and not more than 3 cables may be

secured by a single strap.

The inside radius of bends in cable trays measured from the centre of the axis of the

bend shall not be less than 450 mm and in every case be suitable for the cable

supported.

The racks shall be designed to withstand both the mass and the stresses imposed by the

installation of the cables.

Special attention shall be paid to the clamping of heavy cables on vertical runs.

Cable trays shall be bolted in mild steel plates, welded to structural columns, or secured

to concrete and brick walls by means of suitable fasteners.

Cable racks shall be of proprietary manufacture, factory made, ladder type, galvanised,

sectional construction and clamped to steelwork by hook-bolts.

Power cables up to 16 mm² and control cables and racks may be run double banked.

Cables above this size shall be run in single layers and clamped singly.

Single cable runs shall not be clamped to structural steelwork. Suitable flat bars shall be

welded to steelwork can cable shall be fixed by means of galvanised or approved plastic

strapping.

C3.50

C-50

Cable drop-cuts to equipment shall be provided with substantial angle iron supports.

PVC cables run overhead of outside shall be run so as to avoid direct sunlight as far as

possible.

Cables shall enter at the bottom of all equipment, remote control switches, plugs,

substations, light switches, motors, etc.

Care shall be exercised by the Contractor to ensure that cable tray or supports do not

obstruct access to or the flow of light from a light fitting.

The strapping of all cables, including all cable saddle supports of cables, shall be done in

a manner so that no 'sagging' occurs on a horizontal run after completed installation.

Although the clamping of cables to structural steelwork is not permissible, individual

cables may be saddled directly onto existing concrete and steel structures in accordance

with acceptable and approved practices. Cable saddles shall be approved by the

Engineer and shall be fixed at not more than 1 000 mm intervals on vertical runs and not

more than 50 mm intervals on horizontal runs.

C3.51

C-51

C3.3 ENVIRONMENTAL MANAGEMENT PLAN C3.3.1 SCOPE

The Employer recognises environmental management as a key component of road infrastructure development and as part of its environmental policy has developed this Environmental Management Plan (EMP) as a tool for continual improvement in environmental performance. This EMP prescribes the methods by which proper environmental controls are to be implemented by the contractor. The duration over which the contractor’s controls shall be in place cover the construction period of the project as well as the limited time after contract completion defined by the Conditions of Contract as the defects notification period (maintenance period).

The provisions of this EMP are binding on the contractor during the life of the contract. They are to be read in conjunction with all the documents that comprise the suite of documents for this contract, particularly the conditions of any environmental authorisation and associated Environmental Management Programme (EMPr). In the event that any conflict occurs between the terms of the EMP and the project specifications or environmental authorisation, the terms herein shall be subordinate.

The EMP is a dynamic document subject to similar influences and changes as are brought by variations to the provisions of the project specifications. Any changes to the EMP and/or environmental authorisation cannot occur without being submitted to the Employer who will manage the process of seeking approval of the change from the relevant authority .

The EMP identifies the following: (a) relevant parties and their responsibilities; (b) construction activities that will impact on the environment.; (c) specifications with which the contractor shall comply in order to protect the environment

from the identified impacts; and (d) actions that shall be taken in the event of non-compliance.

C3.3.2 DEFINITIONS C3.3.2.1 Alien Vegetation: undesirable plant growth which shall include, but is not limited to,

all declared category 1 and 2 listed invader species as set out in the Conservation of Agricultural Resources Act (CARA), 1983 Regulations. Other vegetation deemed to be alien shall be those plant species that show the potential to occupy in number, any area within the defined construction area and which are declared to be undesirable.

C3.3.2.2 Construction Activity: any action taken by the contractor, his subcontractors,

suppliers or personnel during the construction process as defined in the contract documents. C3.3.2.3 Environment: the surroundings within which the contract exists and comprises land,

water, atmosphere, micro-organisms, plant and animal life (including humans) in any part or combination thereof as well as any physical, chemical, aesthetic or cultural inter-relationship among and between them.

C3.3.2.4 Environmental Aspect: any component of a contractor’s construction activity that is

likely to interact with the environment. C3.3.2.5 Environmental authorisation: a written statement from the National Department of

Environmental Affairs (DEA), with the general and specific conditions and the EMPr recording its approval of an application for a planned undertaking that triggers listed activities in the Environmental Impact Assessment (EIA) regulations of the National Environmental Management Act (NEMA).

C3.52

C-52

C3.3.2.6 Environmental Impact: any change to the environment, whether desirable or undesirable, that will result from the effect of a construction activity. An impact may be the direct or indirect consequence of a construction activity.

C3.3.2.7 Road Reserve: a corridor of land, defined by co-ordinates and/or proclamation, within

which the road, including access intersections or interchanges, is situated. A road reserve may, or may not, be bounded by a fence.

C3.3.2.8 Site: defined in the Conditions of Contract and in the scope of work. It is bound by the

limits of construction as shown in the drawings or the title of the project and extends to also include the following:

- areas outside the construction zones where accommodation of traffic is placed; - all borrow pits defined in the applications approved by the relevant Department of

Mineral Resources (DMR); - all haul roads constructed by the contractor for purposes of access; - any non-adjacent sites specified in the contract documentation; - the contractor’s and his subcontractors’ camp sites; and - for the purposes of this EMP includes areas outside of, but adjacent to, the road

reserve that may be affected by construction activities. C3.3.2.9 Spoil material: material unsuitable for construction of the road pavement and for

which no other useful purpose can be found in appurtenant works on the project (e.g. for the provision of protection berms). Such material is considered as waste material that requires spoiling at convenient areas to be identified by the engineer and/or contractor within the Site. Spoil material does not require removal to a designated landfill site unless it contains identifiable hazardous contaminants.

C3.3.3 LEGAL REQUIREMENTS C3.3.3.1 General Construction shall be according to the best industry practices, as identified in the project

documents. This EMP, which forms an integral part of the contract documents, informs the contractor as to his duties in the fulfilment of the project objectives, with particular reference to the prevention and mitigation of environmental impacts caused by construction activities associated with the project. The contractor should note that obligations imposed by the EMP are legally binding in terms of this contract. In the event that any rights and obligations contained in this EMP contradict those specified in the standard or project specifications then the latter shall prevail.

C3.3.3.2 Statutory and other applicable legislation

The contractor is deemed to have made himself conversant with all legislation pertaining to the environment, including provincial and local government ordinances, which may be applicable to the contract.

Major environmental legislation, as amended from time to time, includes but is not limited to

the following: (i) Conservation of Agricultural Resources Act, 1983 (Act No 43 of 1983) This act provides for control over the utilisation of the natural agricultural resources of

South Africa in order to promote the conservation of soil, water sources and vegetation, as well as combating weeds and invader plants.

(ii) Constitution of the Republic of South Africa, 1996 (Act No 108 of 1996) The Constitution states that everyone has the right to an environment that is not

harmful to their health or well-being, and to have the environment protected through reasonable legislative and other measures to prevent pollution and ecological

C3.53

C-53

degradation; promote conservation and ensure ecologically sustainable development and use of natural resources.

(iii) Mineral and Petroleum Resources Development Act, 2002 (Act No 28 of 2002) This act makes provision for equitable access to, and sustainable development of,

minerals and petroleum resources. (iv) National Environmental Management Act (NEMA), 1998 (Act No 107 of 1998) This act supports the Bill of Rights within the Constitution and highlights principles of

sustainable development including preservation of ecosystems and biological diversity and avoidance, minimisation and remediation of pollution and environmental degradation. It also sets the stage for the EIA Regulations.

(v) National Environmental Management: Air Quality Act, 2004 (Act No 39 of 2004) This act provides reasonable measures for the prevention of pollution and ecological

degradation; and provides for specific air quality measures; for national norms and standards regulating air quality monitoring, management and control by all spheres of government.

(vi) National Environmental Management: Biodiversity Act, 2004 (Act No 10 of 2004) This act makes provisions to accomplish the objectives of the United Nations’

Convention on Biological Diversity. The Employer may be required to apply for permits to conduct certain listed activities which, together with the listed threatened or protected species, may be identified by the Minister.

Section 73 (3) of this act empowers a competent authority to direct a person to take

steps to remedy any harm to biodiversity resulting from the actions of that person or as a result of occurrence of listed invasive species occurring on land on which that person is the owner. Thus the Employer may be directed to remedy harm caused by listed invasive species.

(vii) National Environmental Management: Protected Areas Act, 2003 (Act No 57 of 2003) This act provides for the protection and conservation of ecologically viable areas

representative of South Africa’s biological diversity, natural landscapes and seascapes.

(viii) National Environmental Management: Waste Act, 2008 (Act No 59 of 2008) This act aims to regulate waste management practices through provision of national

norms and standards, specific waste measures, licensing and control of waste activities, remediation of contaminated land as well as providing for compliance and law enforcement.

(ix) National Forests Act, 1998 (Act No 84 of 1998) This act makes provision for promoting the sustainable management and development

of forests, and for the protection of certain forests and trees for environmental, economic, educational, recreational, cultural, health and spiritual purposes.

(x) National Heritage Resources Act, 1999 (Act No 25 of 1999) This act provides for an integrated and interactive system for identification,

assessment and management of South Africa’s heritage resources, and empowers civil society to nurture and conserve their heritage resources.

(xi) National Water Act, 1998 (Act No 36 of 1998)

C3.54

C-54

This act makes provision for the protection of surface water and groundwater and their sustainable management for the prevention and remediation of the effects of pollution, as well as for the management of emergency situations.

C3.3.4 ADMINISTRATION OF ENVIRONMENTAL OBLIGATIONS

Copies of this EMP shall be kept at the site office and must be distributed to all senior contract personnel who shall familiarise themselves with its contents.

Implementation of this EMP requires the involvement of several stakeholders, each fulfilling a different but vital role as outlined herein, to ensure sound environmental management during the construction phase of a project.

C3.3.4.1 The Employer The Employer is the holder of authorisations issued by the relevant environmental regulating

authorities responsible for authorising and enforcing environmental compliance. The Employer and anyone acting on the Employer’s behalf is accountable for the potential impacts of the activities that are undertaken and is responsible for managing these impacts.

C3.3.4.2 The Engineer The engineer has been appointed by, and acts for, the Employer as its on-site implementing

agent and carries the responsibility to ensure that the contractor undertakes its construction activities in such a way that the Employer’s environmental responsibilities are not compromised.

The engineer will, within seven days of receiving a contractor’s request for approval of a

nominated Designated Environmental Officer (DEO), approve, reject or call for more information on the nomination. The engineer will be responsible for issuing instructions to the DEO where environmental considerations call for action to be taken.

If in the opinion of the engineer the DEO is not fulfilling his duties in terms of this EMP, the

engineer may, in writing and clearly setting out reasons, exercise his powers under FIDIC Condition of Contract sub-clause 6.9 and instruct replacement of the DEO in writing and with stated reasons.

C3.3.4.3 The Contractor The contractor is responsible for project delivery in accordance with the prescribed

specifications, among which this EMP shall be included. The contractor shall receive and implement any instruction issued by the engineer relating to

compliance with the EMP including the removal of personnel or equipment. Compliance with the provisions contained herein or any condition imposed by the

environmental approvals shall become the responsibility of the contractor through an approved Designated Environmental Officer (DEO). The contractor shall nominate a person from among his site personnel to fulfil this function and submit to the engineer for his approval the curriculum vitae of the proposed DEO. This request for approval shall be given, in writing, at least fourteen days before the commencement of any construction activity clearly setting out reasons for the nomination, and with sufficient detail to enable the engineer to make a decision.

C3.3.4.4 The Designated Environmental Officer (DEO)

Once a nominated representative of the contractor has been approved he shall become the DEO and shall be the responsible person for ensuring that the provisions of this EMP are

C3.55

C-55

complied with during the life of the contract. The DEO shall submit regular written reports to the engineer, but not less frequently than once a month.

The DEO may undertake other construction duties unless the project specifications prescribe this position as ‘dedicated’ as opposed to the standard position being ‘designated’. However, the DEO’s environmental duties shall hold primacy over other contractual duties and the engineer has the authority to instruct the contractor to reduce the DEO’s other duties or to replace the DEO if, in the engineer’s opinion, he is not fulfilling his duties in terms of the requirements of this EMP. Such instruction will be in writing clearly setting out the reasons why a replacement is required.

As a minimum the DEO shall have an accredited diploma qualification in environmental or natural sciences or equivalent. Alternatively, the DEO shall have a minimum of 2 years’ experience in a similar role in construction or other environmental regulatory field.

In addition to the compliance duties relating to the EMP the DEO shall also provide full

cooperation whenever the contractor is subjected to regular environmental audits. C3.3.4.5 Environmental Control Officer (ECO) The Environmental Control Officer (ECO) is an independent environmental specialist

appointed by the engineer to objectively and regularly monitor the contractor’s implementation of this EMP and the EMPr as may be determined by the sensitivity of the project or by conditions of authorisations. These are ‘internal’ audits and the regularity determined by the environmental approvals, usually once a month. Other ad hoc or ‘external’ audits ordered by the Employer will be conducted by other environmental specialists.

C3.3.5 TRAINING C3.3.5.1 Qualifications

The (DEO) shall have the minimum qualifications as prescribed above, and must be conversant with all legislation pertaining to the environment applicable to the contract. He must be appropriately trained in environmental management and possess the skills necessary to impart environmental management skills to all personnel involved in the contract.

The contractor shall ensure that adequate environmental training takes place. All employees shall have been given an induction presentation on environmental awareness. Where possible, the presentation needs to be conducted in the language of the employees.

C3.3.5.2 Content Apart from induction, environmental training should, as a minimum, include the course content below and no induction or course should be given until the engineer has been afforded the opportunity to appraise it and provide comment:

(a) importance of conformance with all environmental policies and the consequences of

departure from standard operating procedures; (b) environmental impacts, actual or potential, caused by work activities, prevention

measures to avoid them and mitigation measures where they occur; (c) work force roles and responsibilities in achieving conformance with the environmental

policy and procedures and with the requirement of the Employer’s environmental management systems, including emergency preparedness and response requirements; and

(e) the environmental benefits of improved personal performance.

C3.3.5.3 Induction

In the case of permanent staff the contractor shall provide evidence that such induction courses have been presented. In the case of new staff (including contract labour) the

C3.56

C-56

contractor shall inform the engineer when and how he intends concluding its environmental training obligations.

C3.3.6 ACTIVITIES/ASPECTS CAUSING IMPACTS Typical environmental aspects and impacts associated with road construction are listed in

Table 1: Aspects and Impacts Associated with Road Construction. Actual impacts will differ from project to project and, therefore, so may the mitigation measures employed. The commonest aspects and impacts are addressed separately and typical avoidance and/or mitigation measures described. The list and descriptions are not by any means exhaustive and they shall be used for guideline purposes only.

TABLE 1: ASPECTS AND IMPACTS ASSOCIATED WITH ROAD CONSTRUCTION

Aspect Impact

Waste generation/storage Water pollution; nuisance; visual impact

Water use and stormwater discharge Change in flow regime and/or reduction in downstream availability; soil erosion: water pollution

Vehicle use and maintenance Air pollution; noise

Chemical/fuel storage Water/air/soil pollution; health impacts; accidents e.g. slips, fire

Site clearing; earthworks; layer-works; seal works

Change in landform; impact on heritage resources; noise; soil erosion; air pollution

River bridges; installing drainage structures

Water pollution; impact on river flows; noise

Land acquisition Loss of land &/or livelihood; change in land use;

Acquisition of building material from borrow pits

Change in landform and use

C3.3.6.1 General approach

The role of the DEO cannot be underestimated and once approved he shall be on the site at

all times, and before the contractor begins each construction activity he shall give to the engineer a written statement setting out the following:

(i) type of construction activity about to be started; (ii) locality where the activity will take place; (iii) identification of the environmental aspects and impacts that might result from the

activity; (iv) methodology of impact prevention for each activity or aspect; (v) methodology of impact containment for each activity or aspect; (vi) identification of the emergency/disaster potential for each activity (if any) and the

reaction procedures necessary to mitigate impact severity; and (vii) treatment and continued maintenance of impacted environment.

The contractor shall programme his work in such a way that each cause and effect of a

construction activity is also identified and the activity planned so as to prevent any impact from happening and shall demonstrate that he is capable of carrying out any repair and reinstatement of the damaged environment. These requirements shall be concurrent with the time constraints to produce method statements for each construction activity in compliance with the provisions of the project specifications.

The contractor shall provide such information in advance of any or all construction activities

provided that new submissions shall be given to the engineer whenever there is a change or variation to the original.

The engineer may provide comment on the methodology and procedures proposed by the

DEO, but he shall not be responsible for the contractor’s chosen measures of impact mitigation and emergency/disaster management systems. However, the contractor shall

C3.57

C-57

demonstrate at inception and at least once during the contract that the approved measures and procedures function properly.

C3.3.6.2 Spillages

Streams, rivers and dams shall be protected from direct or indirect spillage of pollutants such

as refuse, garbage, cement, concrete, sewage, chemicals, fuels, oils, aggregate, tailings, wash water, organic materials and bituminous products. In the event of a spillage, the contractor shall be liable to arrange for professional service providers to clear the affected area.

Responsibility for spill containment and treatment (whether hazardous or not) lies with the

contractor. The individual causing a spill, or who discovers a spill, must report the incident to his/her DEO or to the engineer. The DEO will assess the situation in consultation with the engineer and act as required. In all cases, the immediate response shall be to contain the spill. The exact treatment of polluted soil / water shall be determined by the contractor in consultation with the DEO and the engineer. Areas cleared of hazardous waste shall be re-vegetated according to the engineer’s instructions.

Should water downstream of the spill be polluted, and fauna and flora show signs of

deterioration or death, specialist hydrological or ecological advice will be sought for appropriate treatment and remedial procedures to be followed. The requirement for such input shall be agreed with the engineer. The costs of containment and rehabilitation shall be for the contractor’s account, including the costs of specialist input as well as the sampling and testing of the water quality upstream and downstream of the spill. Water quality sampling and testing, and further treatment shall continue until upstream and downstream results correspond with each other.

C3.3.6.3 Water use and control

The contractor’s use of water shall take into consideration that it is a scarce commodity, and

shall be optimised. Where applicable, authorisation shall be obtained from the Department of Water and Sanitation (DWS) before water is drawn from streams or new boreholes developed.

The contractor shall also ensure that any stream deviations or diversions are undertaken in

such a manner that the impact on the environment is minimised. Method statements shall be submitted to the engineer for comment, detailing how the work will be undertaken, what risks are foreseen and what measures will be employed to minimise such risks. Notwithstanding any comments by the engineer, no work on stream deviations or diversions can commence without written approval from DWA.

The quality, quantity and flow direction of any surface water runoff shall be established prior to

disturbing any area for construction purposes. Cognisance shall be taken of these aspects and incorporated into the planning of all construction activities. Before a site is developed or expanded, it shall be established how this development or expansion will affect the drainage pattern. Recognised water users / receivers shall not be adversely affected by the expansion or re-development. No water source shall be polluted in any way due to proposed changes.

Streams, rivers, pans, wetlands, dams, and their catchments shall be protected from erosion

and from direct or indirect spillage of pollutants such as refuse, garbage, cement, concrete, sewage, chemicals, fuels, oils, aggregate, tailings, wash water, organic materials and bituminous products.

The contractor shall submit to the engineer his proposals for prevention, containment and

rehabilitation measures against environmental damage of the identified water and drainage systems that occur on the site. Consideration shall be given to the placement of sedimentation ponds or barriers where the soils are of a dispersive nature or where toxic fluids are used in the construction process. The sedimentation ponds must be large enough to contain runoff so that they function properly under heavy rain conditions up to a 1:5 year severity.

C3.58

C-58

C3.3.6.4 Vegetation management

The contractor shall be responsible for the management of vegetation by protection of indigenous vegetation, especially identified protected species, and the prevention of alien vegetation germinating in areas disturbed by road construction activities within and outside the road reserve. This includes, for example, service roads, stockpile areas, stop/go facilities, windrows and wherever material generated for or from road construction has been stored temporarily. This responsibility shall continue for the duration of the defects notification period. CARA-listed category 1 and 2 alien species will be removed and replaced with the planting of specified indigenous species.

C3.3.6.5 Dust control

Dust caused by construction activities shall be controlled by means such as water spray

vehicles and applied at sufficient frequency so as not to cause nuisance to adjacent habitation or affect farming activities or natural vegetation. Vegetation cover should also be kept for as long as possible to reduce the area of exposed surfaces. Dust emissions from batching and screening plants shall be subject to the relevant legislation and shall be the subject of inspection by the relevant authorities.

C3.3.6.6 Noise control The contractor shall endeavour to keep noise generating activities to a minimum. Noises that

could cause a major disturbance, for instance blasting and crushing activities, should only be carried out during the hours prescribed by the conditions of contract (i.e. normal hours). Should such noise generating activities have to occur at any time outside normal hours the people in the vicinity of the noise-generating activity shall be warned about the noise well in advance and the activities kept to a minimum. Relevant legislation shall also be taken into consideration, and any practical mitigation measures adopted. No noise generating activity outside of normal hours, regardless of its proximity to residences, can take place without application to the engineer for approval. The application shall be accompanied by the noise containment measures proposed.

C3.3.6.7 Energy consumption The contractor shall take into consideration the impacts of high energy consumption, both from

a cost and emissions point of view. Energy use shall be minimised, and where possible, alternative energy sources such as solar utilised.

Furthermore, the contractor shall undertake a study of the consumption of carbon units his

chosen method of construction produces in the execution of his programme. In conjunction with the engineer who will provide complete cooperation in this study, a month by month output shall be compiled and efforts made to see how these outputs can be curtailed and reduced.

C3.3.7 ENVIRONMENTAL MANAGEMENT OF CONSTRUCTION ACTIVITIES In managing the construction activities, there are mitigating measures which can be

implemented to minimise the cost and impacts. These measures are detailed in Table C3.3.7/1 at the end of this section of the specifications.

The contractor shall undertake “good housekeeping” practices during construction as stated in

the Standard Specifications and Conditions of Contract. This will help avoid disputes on responsibility and allow for the smooth running of the contract as a whole. Good housekeeping extends beyond the wise practice of construction methods that leaves production in a safe state from the ravages of weather to include the care for and preservation of the environment within which the site is situated.

The construction activities addressed below shall become part of the contractor’s obligations regarding his programme of work and incorporated into the required method statements for workmanship and quality control.

C3.59

C-59

C3.3.7.1 Site establishment

(a) Site Plan The contractor shall establish his construction camps, offices, workshops, staff

accommodation and testing facilities on the site in a manner that does not adversely affect the environment. However, before construction can begin, the contractor shall submit to the ECO for his comments and to the engineer for his approval, plans of the exact location, extent and construction details of these facilities and the impact mitigation measures the contractor proposes to put in place.

The plans shall detail the locality as well as the layout of the waste treatment facilities for litter, kitchen refuse, sewage and workshop-derived effluents. The site offices should not be sited in close proximity to steep areas, as this will increase soil erosion. Preferred locations would be flat areas along the route. If the route traverses water courses, streams and rivers, it is recommended that the offices, and in particular the ablution facilities, aggregate stockpiles, spoil areas and hazardous material stockpiles are located as far away as possible from any water course as possible. No camp establishment, including satellite camps, can be placed within 32 metres of an identified wetland unless the contractor has applied to DWA and DEA and received authorisation to do so. Regardless of the chosen site, the contractor’s intended mitigation measures shall be indicated on the plan. The site plan shall be submitted not later than the first site meeting. Detailed, electronic colour photographs shall be taken of the proposed site before any clearing may commence. These records are to be kept by the ECO and the engineer for consultation during rehabilitation of the site.

(b) Vegetation

The contractor has a responsibility to inform his staff of the need to be vigilant against any practice that will have a harmful effect on vegetation.

The natural vegetation encountered on the site is to be conserved and left as intact as possible. Vegetation planted at the site shall be indigenous and in accordance with instructions issued by the engineer. Only trees and shrubs directly affected by the works, and such others as may be indicated by the engineer in writing, may be felled or cleared. In wooded areas where natural vegetation has been cleared out of necessity, same specie indigenous trees as were occurring shall be re-established. Protected trees may not be removed without a permit from the Department of Agriculture, Forestry and Fisheries.

Contravention of a notice of listed protected tree species under the National Forests Act, 1998 is regarded as a first category offence that may result in a fine or imprisonment for a period up to three years, or to both a fine and imprisonment. Rehabilitation shall be undertaken using only indigenous tree, shrub and grass species. Special attention shall be given to any search and rescue operation identified during the environmental application process, removal to an on-site nursery for continuous nurturing and protection and later replanting. The contractor should be alert to this procedure and apply to the engineer to approve it even though no allowance has been made in the contract documents. Any proclaimed weed or alien species that propagates during the contract period shall be cleared by hand before seeding.

Fires shall only be allowed in facilities or equipment specially constructed for this purpose. The need for a firebreak shall be determined in consultation with the engineer and the relevant authorities, and if required a firebreak shall be cleared and maintained around the perimeter of the camp and office sites. The contractor’s staff shall at no time make fires for purposes of keeping out the cold unless they are contained in purpose-built containers capable of preventing runaway fires if knocked over and the ashes collected and safely and environmentally disposed of on a daily basis.

(c) Water management

C3.60

C-60

Water for human consumption shall be available at the site offices and at other convenient locations on site.

All effluent water from the camp / office sites shall be disposed of in a properly designed and constructed system, situated so as not to adversely affect water sources (inter alia, streams, rivers, pans and dams). Only domestic type wastewater shall be allowed to enter this drain.

(e) Heating and cooking fuel

The contractor shall provide adequate facilities for his staff so that they are not encouraged to supplement their comforts on site by accessing what can be taken from the natural surroundings. The contractor shall ensure that energy sources are available at all times for construction and supervision personnel for heating and cooking purposes.

C3.3.7.2 Sewage treatment

Particular reference in the site establishment plan shall be given to the treatment of sewage generated at the site offices, site laboratory and staff accommodation and at all localities on the site where there will be a concentration of labour. Sanitary arrangements should be to the satisfaction of project management, the local authorities and legal requirements.

Safe and effective sewage treatment will require one of the following sewage handling methods: septic tanks and soak-aways, dry-composting toilets such as “enviro loos”, or the use of chemical toilets which are supplied and maintained by a subcontractor. The type of sewage treatment will depend on the geology of the area selected, the duration of the contract and proximity (availability) of providers of chemical toilets. Should a soak-away system be used, it shall not be closer than 800 metres from any natural water course or water retention system. The waste material generated from these facilities shall be serviced on a regular basis. The positioning of the chemical toilets shall be done in consultation with the engineer.

Toilets and latrines shall be easily accessible and shall be positioned within walking distance from wherever employees are employed on the works. Use of the veld for this purpose shall not, under any circumstances, be allowed.

Outside toilets shall be provided with locks and doors and shall be secured to prevent them from blowing over. The toilets shall also be placed outside areas susceptible to flooding. The contractor shall arrange for regular emptying of toilets and shall be entirely responsible for enforcing their use and for maintaining such latrines in a clean, orderly and sanitary condition to the satisfaction of the engineer.

C3.3.7.3 Waste management

The contractor’s intended methods for waste management and waste minimisation shall be implemented at the outset of the contract. All personnel shall be instructed to dispose of all waste in the proper manner.

(a) Solid waste

Solid waste shall be stored in an appointed area in covered, tip proof metal drums for collection and disposal. A refuse control system shall be established for the collection and removal of refuse to the satisfaction of the engineer. Disposal of solid waste shall be at a Department of Water and Sanitation (DWS) licensed landfill site or at a site approved by DWS in the event that an existing operating landfill site is not within reasonable distance from the site offices and staff accommodation. No waste shall be burned or buried at or near the site offices, nor anywhere else on the site, including the approved solid waste disposal site.

C3.61

C-61

(b) Litter

No littering by construction workers shall be allowed. During the construction period, the facilities shall be maintained in a neat and tidy condition and the site shall be kept free of litter. Measures shall be taken to reduce the potential for litter and negligent behaviour with regard to the disposal of all refuse. At all places of work the contractor shall provide litter collection facilities for later safe disposal at approved sites.

(c) Hazardous waste

Hazardous waste such as bitumen, tar and oil, shall be disposed of in a Department of Water and Sanitation approved landfill site. Special care shall be taken to avoid spillage of tar or bitumen products such as binders or pre-coating fluid to avoid water-soluble phenols from entering the ground or contaminating water.

Under no circumstances shall the spoiling of tar or bituminous products on the site, over embankments, in borrow pits or any burying, be allowed. Unused or rejected tar or bituminous products shall be returned to the supplier’s production plant. No spillage of tar or bituminous products shall be allowed on site. Affected areas shall be promptly reinstated to the satisfaction of the engineer.

(d) Construction and demolition waste

The opportunity for recycling and reuse of construction and demolition waste as fill for road embankments, land reclamation and drainage control must first be explored and take priority before the option of declaring these materials a ‘waste’.

The contractor is encouraged to actively engage with authorities and landowners adjacent to the site and identify where such ‘waste’ materials can be usefully deployed to repair existing environmentally damaged areas such as erosion dongas.

(e) Disposal of lamps

The Contractor shall dispose of lamps at an accredited waste disposal site. Contractor shall also provide receipts as proof of disposing of the material.

A control system for the disposal of the lamps shall be established for the collection and removal of the material to the satisfaction of the engineer. No lamps shall be burned or buried at or near the site office/s, nor anywhere else on the site.

C3.3.7.4 Control at the workshop

The contractor’s management and maintenance of his plant and machinery will be strictly monitored according to the criteria given below, regardless whether it is serviced on the site (i.e. at the place of construction activity or at a formalised workshop).

(a) Hazardous material storage

Petrochemicals, oils and identified hazardous substances shall only be stored under controlled conditions. All hazardous materials e.g. tar or bitumen binders shall be stored in a secured, appointed area that is fenced and has restricted entry. Storage of tar or bituminous products shall only take place using suitable containers to the approval of the ECO and the engineer.

The contractor shall provide proof to the engineer that relevant authorisation to store such substances has been obtained from the relevant authority. In addition, hazard signs indicating the nature of the stored materials shall be displayed on the storage facility or containment structure. Before containment or storage facilities can be erected the contractor shall furnish the engineer with details of the preventative measures he proposes to install in order to mitigate against pollution of the

C3.62

C-62

surrounding environment from leaks or spillage. The preferred method shall be a concrete floor that is bunded. Any deviation from the method will require proof from the relevant authority that the alternative method proposed is acceptable to that authority. The proposals shall also indicate the emergency procedures in the event of misuse or spillage that will negatively affect an individual or the environment.

(b) Fuel and gas storage

The contractor shall take cognisance of the limits set by legislation for the storage of fuels and acquire the necessary authorisation for storage capacity beyond these. All fuel shall be stored in a secure area in a steel tank supplied and maintained by the fuel suppliers. Leakage of fuel shall be avoided. An adequate bund wall, 110% of volume, shall be provided for fuel and diesel areas to accommodate any spillage or overflow from these substances. The area inside the bund wall shall be lined with an impervious lining to prevent infiltration of the fuel into the soil.

Gas welding cylinders and LPG cylinders shall be stored in a secure, well-ventilated area.

(d) Oil and lubricant waste

Used oil, lubricants and cleaning materials from the maintenance of vehicles and machinery shall be collected in a holding tank and sent back to the supplier. Water and oil should be separated in an oil trap. Oils collected in this manner, shall be retained in a safe holding tank and removed from site by a specialist oil recycling company for disposal at approved waste disposal sites for toxic/hazardous materials. Oil collected by a mobile servicing unit shall be stored in the service unit’s sludge tank and discharged into the safe holding tank for collection by the specialist oil recycling company.

All used filter materials shall be stored in a secure bin for disposal off site. Any contaminated soil shall be removed and replaced. Soils contaminated by oils and lubricants shall be collected and disposed of at a facility designated by the local authority to accept contaminated materials.

C3.3.7.5 Clearing the site

In all areas where the contractor intends to, or is required to clear the natural vegetation and soil, either within the road reserve, or at designated or instructed areas outside the road reserve, a plan of action shall first be submitted to the engineer for his approval. Working areas shall be clearly defined and demarcated on site to minimise the construction footprint. ‘No-go- areas’ and other sensitive areas shall also be clearly demarcated on site, and staff must be made aware of them.

The plan shall contain a photographic record and chainage/land reference of the areas to be disturbed. This shall be submitted to the engineer for his records before any disturbance/stockpiling may occur. The record shall be comprehensive and clear, allowing for easy identification during subsequent inspections.

C3.3.7.6 Soil management

(a) Topsoil

Topsoil shall be removed from all areas where physical disturbance of the surface will occur and shall be stored and adequately protected. The contract will provide for the stripping and stockpiling of topsoil from the site for later re-use. Topsoil is considered to be the natural soil covering, including all the vegetation and organic matter. Depth may vary at each site. The areas to be cleared of topsoil shall include the storage areas. All topsoil stockpiles and windrows shall be maintained throughout the contract period in a weed-free condition. Weeds appearing on the stockpiled or windrowed topsoil shall be removed by hand. Soils contaminated by hazardous substances shall be disposed of at an approved waste disposal site. The topsoil stockpiles shall be stored, shaped and sited in such a way that they do not interfere with the flow of water

C3.63

C-63

to cause damming or erosion, or itself be eroded by the action of water. Stockpiles of topsoil shall not exceed a height of 2 m, and if they are to be left for longer than 6 months, shall be analysed, and if necessary, upgraded before replacement. Stockpiles shall be protected against infestation by weeds.

The contractor shall ensure that no topsoil is lost due to erosion – either by wind or water. Areas to be topsoiled and grassed shall be done so systematically to allow for quick cover and reduction in the chance of heavy topsoil losses due to unusual weather patterns. The contractor’s programme shall clearly show the proposed rate of progress of the application of topsoil and grassing. The contractor shall be held responsible for the replacement, at his own cost, for any unnecessary loss of topsoil due to his failure to work according to the progress plan approved by the engineer. The contractor’s responsibility shall also extend to the clearing of drainage or water systems within and beyond the boundaries of the road reserve that may have been affected by such negligence.

(b) Subsoil

The subsoil is the layer of soil immediately beneath the topsoil. It shall be removed, to a depth instructed by the engineer, and stored separately from the topsoil if not used for road building. This soil shall be replaced in the excavation in the original order it was removed for rehabilitation purposes.

C3.3.7.7 Drainage

The quality, quantity and flow direction of any surface water runoff shall be established prior to disturbing any area for construction purposes. Cognisance shall be taken of these aspects and incorporated into the planning of all construction activities. Before a site is developed or expanded, it shall be established how this development or expansion will affect the drainage pattern. Recognised water users / receivers shall not be adversely affected by the expansion or re-development. No water source shall be polluted in any way due to proposed changes.

Streams, rivers, pans, wetlands, dams, and their catchments shall be protected from erosion, direct or indirect spillage of pollutants such as refuse, garbage, cement, concrete, sewage, chemicals, fuels, oils, aggregate, tailings, wash water, organic materials and bituminous or tar products.

The contractor shall submit to the engineer his proposals for prevention, containment and rehabilitation measures against environmental damage of the identified water and drainage systems that occur on the site. Consideration shall be given to the placement of sedimentation ponds or barriers where the soils are of a dispersive nature or where toxic fluids are used in the construction process. The sedimentation ponds must be large enough to contain runoff so that they function properly under heavy rain conditions.

C3.3.7.8 Earthworks and layerworks

This section includes all construction activities that involve the mining of all materials, and their subsequent placement, stockpile, spoil, treatment or batching, for use in the permanent works, or temporary works in the case of deviations. Before any stripping prior to the commencement of construction, the contractor shall have complied with the requirements of Sub-clauses C3.3.7.5 and C3.3.7.7. In addition, the contractor shall take cognisance of the requirements set out below.

(a) Quarries and borrow pits

The contractor’s attention is drawn to the requirement of the Department of Mineral Resources, that before entry into any quarry or borrow pit, an EMPr for the establishment, operation and closure of the quarry or borrow pit shall have been approved by the Department. It is the responsibility of the contractor to ensure that he obtains from the engineer, a copy of the approved EMPr prior to entry into the quarry or borrow pit. The conditions imposed by the relevant EMPr are legally binding on the contractor and may be more extensive and explicit than the requirements of this

C3.64

C-64

specification. In the event of any conflict occurring between the requirements of the specific EMP and this specifications the former shall apply. The cost of complying with the requirements shall be deemed to be included in existing rates in the Schedule of Quantities.

(b) Excavation, hauling and placement

The contractor shall provide the ECO and engineer with detailed plans of his intended construction processes prior to starting any cut or fill or layer. The plans shall detail the number of personnel and plant to be used and the measures by which the impacts of pollution (noise, dust, litter, fuel, oil, sewage), erosion, vegetation destruction and deformation of landscape will be prevented, contained and rehabilitated. Particular attention shall also be given to the impact that such activities will have on the adjacent built environment. The contractor shall demonstrate his “good housekeeping”, particularly with respect to closure at the end of every day so that the site is left in a safe condition from rainfall overnight or over periods when there is no construction activity.

(c) Spoil sites

The contractor shall be responsible for the safe siting, operation, maintenance and closure of any spoil site he uses during the contract period, including the defects liability period. This shall include existing spoil sites that are being re-entered. Before spoil sites may be used proposals for their locality, intended method of operation, maintenance and rehabilitation shall be given to the ECO for his comments and the engineer for his approval. The location of these spoil sites shall have signed approval from the affected landowner before submission to the ECO and the engineer. No spoil site shall be located within 500m of a wetland and/or within 100m of any watercourse. A photographic record shall be kept of all spoil sites for monitoring purposes. This includes before the site is used and after re-vegetation.

The use of approved spoil sites for the disposal of hazardous or toxic wastes shall be prohibited unless special measures are taken to prevent leaching of the toxins into the surrounding environment. Such special measures shall require the approval of the relevant provincial or national authority. The same shall apply for the disposal of solid waste generated from the various camp establishments. The engineer will assist the contractor in obtaining the necessary approval if requested by the contractor.

Spoil sites will be shaped to fit the natural topography. These sites shall receive a minimum of 75mm topsoil and be grassed with the recommended seed mixture. Slopes shall not exceed a vertical: horizontal ratio of 1:3. Only under exceptional circumstances will approval be given to exceed this ratio. Appropriate grassing measures to minimise soil erosion shall be undertaken by the contractor. This will include both strip and full sodding. The contractor may motivate to the engineer for other acceptable stabilising methods. The engineer may only approve a completed spoil site at the end of the defects liability period upon receipt from the contractor of a landowner’s clearance notice and an engineer’s certificate certifying slope stability. The contractor’s costs incurred in obtaining the necessary certification for opening and closing of spoil sites shall be deemed to be included in the tendered rates for spoiling.

(d) Stockpiles

The contractor shall plan his activities so that materials excavated from borrow pits and cuttings, in so far as possible, can be transported direct to and placed at the point where it is to be used. However, should temporary stockpiling become necessary, the areas for the stockpiling of excavated and imported material shall be indicated and demarcated on the site plan submitted in writing to the engineer for his approval, together with the contractor’s proposed measures for prevention, containment and rehabilitation against environmental damage.

The areas chosen shall have no naturally occurring indigenous trees and shrubs present that may be damaged during operations. Care shall be taken to preserve all

C3.65

C-65

vegetation in the immediate area of these temporary stockpiles. During the life of the stockpiles the contractor shall at all times ensure that they are:

Positioned and sloped to create the least visual impact; Constructed and maintained so as to avoid erosion of the material and contamination of surrounding environment; and Kept free from all alien/undesirable vegetation.

After the stockpiled material has been removed, the site shall be re-instated to its original condition. No foreign material generated / deposited during construction shall remain on site. Areas affected by stockpiling shall be landscaped, top soiled, grassed and maintained at the contractor’s cost until clearance from the engineer is received.

Material milled from the existing road surface that is temporarily stockpiled in areas approved by the engineer within the road reserve, shall be subject to the same condition as other stockpiled materials. Excess materials from windrows, in situ milling or any detritus material from road construction activities may not be swept off the road and left unless specifically instructed to do so in the contract drawing or under instruction from the engineer.

In all cases, the engineer shall approve the areas for stockpiling and disposal of construction rubble before any operation commences and shall approve their clause only when they have been satisfactorily rehabilitated.

(e) Blasting activities

Wherever blasting activity is required on the site (including quarries and/or borrow pits) the contractor shall rigorously adhere to the relevant statutes and regulations that control the use of explosives. In addition, the contractor shall, prior to any drilling of holes in preparation for blasting, supply the engineer with a locality plan of the blast site on which shall be shown the zones of influence of the ground and air shock-waves and expected limits of fly-rock. The plan shall show each dwelling, structure and service within the zones of influence and record all details of the dwellings/structures/services including existing positions, lengths and widths of cracks, as well as the condition of doors, windows, roofing, wells, boreholes etc. The contractor, alone, shall be responsible for any costs that can be attributed to blasting activities, including the collection of fly-rock from adjacent lands and fields. The submission of such a plan shall not in any way absolve the contractor from his responsibilities in this regard. The contractor shall also indicate to the engineer the manner in which he intends to advertise to the adjacent communities and/or road users the time and delays to be expected for each individual blast.

C3.3.7.9 Batching sites

Asphalt plants are considered scheduled processes listed in the second schedule to the Atmospheric Pollution Prevention Act, 1965 (Act No. 45 of 1965). Should the use of an asphalt plant be considered on site, the contractor shall be responsible to obtain the necessary permit from the Department of Environmental Affairs, regardless of where they are sited.

Crushing plants and concrete batching plants, whether sited inside or outside of defined quarry or borrow pit areas, shall be subject to the requirements of the Department of Mineral Resources legislation as well as the applicable industrial legislation that governs gas and dust emissions into the atmosphere. Such sites will be the subject of regular inspections by the relative authorities during the life of the project. In addition, the selection, entry onto, operation, maintenance, closure and rehabilitation of such sites shall be the same as for those under Sub-clause C3.3.7.8 (c), with the exception that the contractor shall provide additional measures to prevent, contain and rehabilitate against environmental damage from toxic/hazardous substances. In this regard the contractor shall provide plans that take into account such additional measures as concrete floors, bunded storage facilities, linings to drainage channels and settlement dams. Ultimate approval of these measures shall be from the relevant national authority, as shall approval of closure. The engineer will assist the contractor in his submissions to the relevant authority.

C3.66

C-66

Effluent from concrete batch plants and crusher plants shall be treated in a suitable designated sedimentation dam to the legally required standards to prevent surface and groundwater pollution. The designs of such a facility should be submitted to the engineer for approval.

The contractor shall invite the relevant department to inspect the site within 2 months after any plant is commissioned and at regular intervals thereafter, not exceeding 12 months apart

C3.3.8 AREAS OF SPECIFIC IMPORTANCE

Any area, as determined and identified within the project document as sensitive or of special interest within the site shall be treated according to the express instructions contained in these specifications or the approved EMPr. The contractor may offer alternative solutions to the engineer in writing should he consider that construction will be affected in any way by the hindrance of the designated sensitive area or feature. However, the overriding principle is that such defined areas requiring protection shall not be changed. Every effort to identify such areas within the site will have been made prior to the project going out to tender. The discovery of other sites with archaeological or historical interest that have not been identified shall require ad hoc treatment.

(a) Archaeological sites

If an artefact on site is uncovered, work in the immediate vicinity shall be stopped immediately. The contractor shall take reasonable precautions to prevent any person from removing or damaging any such article and shall immediately upon discovery thereof inform the engineer of such discovery. The National Monuments Council is to be contacted who will appoint an archaeological consultant. Work may only resume once clearance is given in writing by the archaeologist.

(b) Graves and middens

If a grave or midden is uncovered on site, or discovered before the commencement of work, then all work in the immediate vicinity of the graves/middens shall be stopped and the engineer informed of the discovery. The National Monuments Council should be contacted and in the case of graves, arrangements made for an undertaker to carry out exhumation and reburial. The undertaker will, together with the National Monuments Council, be responsible for attempts to contact family of the deceased and for the site where the exhumed remains can be re-interred.

C3.3.9 REHABILITATION

The contractor shall be responsible for the re-establishment of grass within the road reserve boundaries for all areas disturbed during construction. This includes, for example, service roads, stockpile areas, stop/go facilities, windrows and wherever material generated for, or from, construction has to be stored temporarily, and designated or instructed areas outside the road reserve. It also includes the area where site offices were erected which may require rehabilitation at the end of the contract. All construction material, including concrete slabs and barbecue (braai) areas shall be removed from the site on completion of the contract unless written approval from the relevant landowner demonstrates it is to be left in place. Responsibility for re-establishment of vegetation shall extend until expiry of the defects notification period. However, the employer reserves the right to continue holding retention monies (or not releasing guarantees in lieu of retention) depending upon the state of cover at the end of the defects notification period. Such extension may continue until closure of the relevant quarry or borrow pit has been secured, Rehabilitation of affected areas should be undertaken as early as possible when the relevant activities are done in order to reduce further environmental damage. All re-vegetation should be undertaken using indigenous vegetation. The standard of rehabilitation should be to the satisfaction of the engineer and the relevant authorities. The Department of Mineral Resources

C3.67

C-67

will only issue closure certificates for borrow pits and quarries when they are satisfied with the rehabilitation undertaken. It should also be noted that in some cases there is a requirement for a final environmental audit covering the extent of the project.

C3.3.10 RECORD KEEPING

The engineer and the DEO to the contractor will continuously monitor the contractor’s adherence to the approved impact prevention procedures and the DEO shall submit regular written reports to the ECO and to the engineer, at least once a month. The engineer shall issue to the contractor a notice of non-compliance whenever transgressions are observed. The DEO should document the nature and magnitude of the non-conformance in a designated register, the action taken to discontinue the non-conformance, the action taken to mitigate its effects and the results of the actions. The non-conformance shall be documented and reported to the engineer in the monthly report.

Copies of any record of decision or EMPr (including those for specific borrow pits or quarries used on the project) shall be kept on site and made available for inspection by visiting officials from the employer or relevant environmental departments.

C3.3.11 COMPLIANCE AND PENALTIES

The contractor shall act immediately when such notice of non-compliance is received and correct whatever is the cause for the issuing of the notice. Complaints received regarding activities on the construction site pertaining to the environment shall be recorded in a dedicated register and the response noted with the date and action taken. This record shall be submitted with the monthly reports and a verbal report given at the monthly site meetings.

Any non-compliance with the agreed procedures of the EMPr and this EMP, is a transgression of the various statutes and laws define the manner by which the environment is managed and, therefore, any avoidable non-compliance, dependant on severity, may be considered sufficient grounds for contact to be made with relevant provincial or national authorities to invite their sanction.

The engineer’s decision with regard to what is considered a violation, its seriousness and the action to be taken against the contractor shall be final. Failure to redress the cause shall be reported to the relevant authority. The responsible provincial or national authority may ensure compliance and impose penalties relevant to the transgression as allowed within statutory powers.

C3.68

C-68

TABLE C3.3.7/1: SUMMARY OF MITIGATION MEASURES

ENVIRONMENTAL COMPONENT

ACTIVITY MITIGATION

Establishment of site offices Siting of offices Preferred areas to be flat areas along the route. Avoid steep areas as soil erosion could increase. Avoid water courses

Site Plan Contractor to provide Engineer detail of layout of site facilities i.e. chemical toilets, the demarcation of areas for stockpiling of materials, storage of hazardous materials and the provision of containers. The offices shall be fenced. The site plan to be submitted within two weeks of the Commencement Date.

Site rehabilitation Cleanup All construction material is to be removed from the site on completion of the contract.

Vegetation On site Vegetation planted on the site is to be indigenous. Only trees directly affected by works as confirmed in writing by Engineer, shall be sawn off/removed.

Weeds Clearance of weeds must be done by hand before seeding.

Grass cover The grass cover surrounding the site is to be left as intact as possible or restored to its original condition.

Water Available for human consumption

Water for human consumption must be tested and treated in accordance with recommendations.

Soil management Topsoil The topsoil (+ 300 mm) of any excavation shall be removed and stockpiled separately from underlying material in designated areas.

Borrow material EMP’s for borrow pits to be submitted to the Department of Mineral and Energy Affairs for approval

Archaeological & Cultural sites Discover of archaeological sites of artefacts

If an artefact on site is uncovered, work in the immediate vicinity must be stopped immediately and an archaeological consultant must be contacted. Work may only resume once clearance is given in writing by the archaeologist.

Graves Discovery of graves If a grave on site is uncovered, work in the immediate vicinity must be stopped and an undertaker should be contacted

Waste management Solid & Construction waste

Solid waste is to be stored in a designated area for collection and disposal. Disposal of waste will be in a DWS licensed landfill, and no waste may be burnt on site.

Litter The site is to be kept free of litter

Sewage treatment Toilet facilities Adequate toilet facilities are to be provided, and the siting of chemical toilets is to be done in consultation with the Engineer. Use of the veld for this purpose shall not be allowed.

C3.69

C-69

TABLE C3.3.7/1: SUMMARY OF MITIGATION MEASURES

ENVIRONMENTAL COMPONENT

ACTIVITY MITIGATION

Fuel, diesel & hazardous materials

Hazardous Materials All hazardous materials, i.e. bitumen binders, to be stored in a designated area that is fenced and has restricted entry. No spoiling of bituminous products on site, over embankments, in borrow pits or any burying. No spillage of bituminous products shall be allowed on site.

Fuels All fuel tanks will be erected in a designated area. Leakage is to be avoided.

Cooking fuel The Contractor shall ensure that sufficient fuel is available for heating and cooking purposes should this be necessary.

Oil, grease Oil, grease and cleaning materials from maintenance of vehicles shall be collected in a sump and returned to the supplier.

Spillages Streams, rivers or dams must be protected against spillages of pollutants. In the event of a spillage, prompt action must be taken to clear the affected area.

General considerations Lines of authority A nominated representative of the Contractor will be the Designated Environmental Officer for the site.

Reports The Designated Environmental Officer will submit monthly reports to the Engineer who will verify the information

Complaints Complaints received regarding activities on the site pertaining to the environment should be recorded in a designated register, and the response noted with the date and action taken. This record must be submitted with the monthly report

C3.70

C-70

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL

FIVE REGIONS IN THE GAUTENG PROVINCE

- C3.4: TARGETED PROCUREMENT TABLE OF CONTENTS PAGE C3.4.1 SCOPE…………………………………………………………………………………….….C3.74

C3.4.2 DEFINITIONS………………………………………………………………………………..C3.74

C3.4.3 CONTRACT PARTICIPATION ...................................................................................... C3.72

C3.4.4 EVALUATION FORMULAE .......................................................................................... C3.73

C3.4.5 COMMUNITY PARTICIPATION .................................................................................... C3.73

C3.4.6 UTILISATION OF SMMES/BES .................................................................................... C3.73

C3.4.7 TRAINING, MENTORING, GUIDANCE AND ASSISTANCE ....................................... C3.74

C3.4.8 LABOUR ENHANCED CONSTRUCTION .................................................................... C3.76

C3.4.9 MONITORING OF PROGRESS .................................................................................... C3.79

C3.71

C-71

C3.4 TARGETED PROCUREMENT C3.4.1 Scope

This section provides the specifications that relate to the contractor’s implementation of the policies and initiatives of the Government, through compliance with the Employer’s targeted procurement procedure. It is a requirement of the contract for the Contractor to facilitate the contractor development of targeted enterprises as a contract participation goal by means of subcontracting some of the scheduled work under the operational section to targeted enterprises as subcontractors. The Contractor is required to provide sustainable work opportunities for targeted enterprises, and to provide assistance in the form of financial support for the procurement of goods and services. In addition, the Contractor is required to manage the skills development of targeted enterprises by providing training, coaching, guidance and mentoring. The Contractor is also required to facilitate a wellness program for site employees and their relatives. These specifications should be read in conjunction with the various statutes and legislation that relate to contractor development and Broad-Based Black Economic Empowerment. The Employer may have to amend its targeted procurement procedure in order to meet new or revised targets and requirements of legislation, and the Transport and Construction Charters. The Employer would then negotiate with the Contractor on the implementation of the revised targeted procurement procedure, and the associated costs.

C3.4.2 Definitions The following words and expressions shall have the meanings stated. C3.4.2.1 Black People (BP): is a generic term which means Africans, Coloureds and Indians:

(a) who are citizens of the Republic of South Africa by birth or descent: or (b) who became citizens of the Republic of South Africa by naturalisation:

(i) before 27 April 1994; or (ii) on or after 27 April 1994 and who would have been entitled to acquire

citizenship by naturalisation prior to that date. C3.4.2.2 Contract Participation Goal (CPG): the value of goods, services and works for which

the contractor contracts targeted enterprises exclusive of all allowances and any value added tax which the law requires the Employer to pay to the Contractor, expressed as a percentage of the contract amount.

C3.4.2.3 Potentially Emerging Enterprise (PE): an enterprise that is at least 50.1% owned by

black persons and where there is substantial management control by Black People. C3.4.2.4 Project Management Team: three persons comprising the Employer, Engineer and

Contractor. C3.4.2.5 Targeted Enterprise: an enterprise which:

(a) is a contractor registered with the Construction Industry Board in a contractor grading designation from 2 to 6 and status as potentially emerging; and

(b) the Contractor has no equity holding in the targeted enterprise; and (c) is registered in terms of the Company’s Act, 2008 (Act No 71 of 2008) or Close

Corporation Act, 1984 (Act No 69 of 1984); and (d) is registered with the South African Revenue Service.

C3.4.2.6 Black Enterprise (BE) A black enterprise (BE) is defined as a company or economic activity that is at least 51% owned by black persons and where there is substantial management control by Black People. Ownership refers to economic interest, whilst management refers to the membership of any board or similar governing body of the enterprise.

C3.72

C-72

C3.4.2.7 Black People (BP) Black people (BP) are defined as Africans, Coloureds and Indians who hold South African Citizenship through their birthright. C3.4.2.8 Small Medium and Micro Enterprise (SMME) “Small Medium and Micro Enterprise or “SMME” is defined as a separate and distinct business entity, including cooperative enterprises and non-governmental organisations, managed by one owner or more, including its branches or subsidiaries, if any and which can be classified as a small, medium or macro enterprise by satisfying the criteria mentioned in Table A below in terms of the National Small Business Amendment Act 26 of 2003. TABLE A

Size

Total Gross asset value (fixed

property excluded) (less than)

Total annual turnover

(less than)

Total full time equivalent of paid

employees (less than)

Medium R 5 m R 26 m 200

Small R 1 m R 6 m 50

Very Small R 0.5 m R 3 m 20

Micro R 0.1 m R 0.2 m 5

C3.4.3 CONTRACT PARTICIPATION (a) Contract Participation Targets Contract participation is a process by which the Employer implements Government’s policies on Black Economic Empowerment and small contractor development. The Employer sets targets for construction by specified entities the rand value for which is based on the goods, services and work undertaken by the specified entities and measured as a percentage of the contractor’s tender sum (excluding VAT). The contractor is obliged to commit to the targets set by the Employer. For this contract the targets are as follows: In this contract the minimum target values shall be as follows: (i) Labour maximisation 6% (ii) SMME/BE utilisation 15% of which at least 90% is to be contributed by BEs who are also

SMMEs (b) Contract Participation Goals (CPG) The contractor is encouraged to participate in the Employer’s commitment to achieving Government’s empowerment objectives by itself committing to perform beyond the set targets. To this end the contractor has to state the goals which it commits to perform on the relevant returnable schedules (see returnable schedules Forms C1 and C2). (c) Measurement of performance The contractor’s participation performance will be measured monthly in order to monitor the extent to which he is striving to reach the contract participation goal (CPG) specified in his tender. Regular returns are required from the contractor and shall be submitted with each payment certificate. The contractor’s monthly participation performance towards the CPG will be calculated as the sum of labour and SMME/BE achieved. Failure to reach the CPG shall render the contractor liable for a penalty as prescribed in clause 4.1 of the General Conditions of Contract (as amended by Particular Conditions of Contract and sub-clause D1009(c) herein). Conversely, achievement greater than the specified CPG may entitle the contractor to a bonus, also described in sub-clause D1009(c).

C3.73

C-73

No contract participation goals will be used in the evaluation of tenderers’ preference points. Both goals (i.e. that for labour maximisation and SMME/BE utilisation) are used in the calculation of the penalty/bonus applicable to the actual goals performed. C3.4.4 EVALUATION FORMULAE Evaluation is based on a points system using the formulae given under each of the judgement criteria explained in F.3.11 of the Tender Data. C3.4.5 COMMUNITY PARTICIPATION (a) Purpose In order to give effect to the need for participation and transparency in the process of delivering services, the community should participate in the decision making process throughout the life of the project. This may be achieved through structured engagement between those responsible for the delivery of the project and the communities adjacent to the project. (b) Structure and composition A public liaison committee (PLC) is to be established as a communication structure that interacts with all parties involved with the project. The composition of the PLC comprises representation by the Employer, the contractor, the engineer and formal structures within the communities. The contractor is advised to make use of established community communication channels and appoint from among his site personnel a responsible person, (community relations officer, or CRO), to participate in the PLC business. Should the locality and size of the project warrant the need for a project liaison officer, (or PLO), such appointment will be made by the engineer as part of the engineer’s staff. (c) Use of the PLC The contractor is encouraged to utilise the community participative process in order to facilitate harmonious relationships on the project. Some of the suggested elements of construction activity that should be discussed by the PLC are, (i) SMMEs/BEs with whom the contractor is already contractually committed prior to the

commencement of the contract, (ii) Procurement of labour, (iii) Assistance with general community/project liaison. C3.4.6 UTILISATION OF SMMES/BES (a) Objective A major objective of the B-BBEE Programme is to extend economic opportunities and entrepreneurial capacity to all localities by the optimum utilisation of the resources existing in the vicinity of projects, the development of these resources in the execution of the project, and by maximising the amount of project funds retained within the project locality. (b) Requirements The contractor is required to commit to the direct participation of SMMEs/BEs in its operations that form part of items of work and of the value of goods and services that are to be preferred under this contract. The minimum level of commitment is prescribed in Form C1.2.2; Contract Data – Information provided by the Employer. The commitment forms part of the Contract Participation goals and targets defined in clause D1003. Contractors who are bonafide empowerment companies do not qualify for relief from the obligations created by these requirements. Similarly, contractors who are joint venture entities cannot claim the

C3.74

C-74

value of work or services performed by any of the joint venture elements who are classified SMME or BE as contributing towards the prescribed goals or tendered targets. Contractors, when tendering, are encouraged to tender more than the goals prescribed in Form C1.2.2; Contract Data – Information provided by the Employer. For this purpose, the contractor shall have entered onto Form C1.2.3; Contract Data – Information provided by the Contractor, the actual target for SMME/BE participation to which he commits. Commitments beyond the prescribed value, and achieved, form part of the incentive programme described in clause D1009(c) When calculating achievement of the committed targets, the difference between SMMEs and BEs must be clearly understood. The narrower goal of 90% committed expenditure shall only apply to BE companies who are also SMMEs according to the definition of D1003(a). The tendered target value shall be used in calculating the performance of the Contract Participation Goal as described in clause D1003(c) and in calculating any penalty per clause D1009(c). (c) Accredited Registration Achievement measured against the SMME/BE target value shall only be accepted if the respective SMME/BE for which services or work is being claimed as having been performed, is registered with an accredited agency such as the Construction Industry Development Board. In addition, documentary evidence that such SMMEs/BEs are registered with the South African Revenue Services shall be lodged with the engineer before the work or service may be considered as having been performed by a bona fide SMME/BE. The responsibility for producing evidence of the respective registration documentation shall rest with the contractor. C3.4.7 TRAINING, MENTORING, GUIDANCE AND ASSISTANCE (a) General The contractor shall, from the commencement of the contract, provide a structured training programme designed to improve the entrepreneurial and basic business management skills of identified BEs and hired local labour that show initiative as well as specific task skills (engineering skills) commensurate with the applicable levels of subcontract that will enable BEs to achieve the successful execution and completion of their subcontracts. The progression of training and mentorship may need to start with the identification and general training of potential BEs and hired local labour that show initiative, and should end with their acquisition of sufficient management skills that will equip them to compete confidently for subcontract work beyond the duration of this contract. In addition, generic skills shall be taught where the need for these has been identified as being necessary amongst BE workforces and hired local labour. The contractor shall be responsible for the provision of everything necessary for the delivery of the various training workshops and modules including: (i) A suitable venue with sufficient furniture, lighting and power (ii) All necessary stationery consumables and study material (iii) Transport for attendants Before commencing with any structured training the contractor shall submit his intended programme to the engineer for approval of its subject content and proposed trainers, and the contractor shall, if so instructed by the engineer, alter or amend the programme and/or course content. (b) Identification and general training of potential BEs Whereas the specified training courses form part of the contractor’s structured training programme, all costs relating to the identification and engagement of BEs shall not be paid separately, but are deemed to have been included in the contractor’s tendered rates for pay section 1300: Contractor’s Establishment on Site and General Obligations. (c) Entrepreneurial skills training

C3.75

C-75

SMME/BE subcontractors and hired local labour that show initiative will be entitled to receive a structured training programme that shall comprise both management skills as well as business development skills. Once BEs have been identified and engaged, the contractor shall closely monitor their performance in the execution of their contracts and shall identify those who, in his opinion, display the potential to benefit from structured training as may be provided for in the contract, and where required by the engineer, shall make recommendations in this regard. Similarly those among the hired local labour that show potential should also be included in this process. The final list of candidates shall be decided between the contractor and the engineer, and those selected shall receive formal training in business skills throughout the duration of the construction period. The training programme shall offer complete courses that could comprise some or all of the following modules: (i) Basic business management (ii) Estimating and tender procedures (iii) Contractual rights (iv) Statutory obligations (v) Financial control (vi) Programming and measurement (d) Engineering skills training BE subcontractors' workforces and hired local labour that show initiative will be entitled to receive structured training that will improve on-task skills necessary for the execution and successful completion of the works. The contractor, in conjunction with the engineer, shall monitor the progress of the hired labour and each BE closely and shall identify those who, in their collective opinion, will benefit from structured engineering skills training as may be provided for in the contract, and where required by the engineer, shall make recommendations in this regard. The final list of candidates shall be decided between the contractor and the engineer, and those selected shall receive formal engineering skills training in a programmed and progressive manner throughout the duration of the contract. The training programme shall offer complete courses that could comprise some or all of the following modules: (i) Use and maintenance of hand tools (ii) Operation of small plant (iii) Manufacture and installation of minor precast concrete units (iv) Erect, dismantle and maintain formwork (v) Basic concrete skills (vi) Excavation, backfill and compaction (vii) Bricklaying (viii) Erosion protection using stone pitching, gabions or renos (e) Generic skills training BE subcontractors, their workforces and hired local labour that show initiative will be entitled to receive structured training in generic skills if, after monitoring of their performance, it is considered beneficial to the progress of the works. In this regard the contractor shall make representation to the engineer, who shall approve candidates that should attend such courses as may be provided for in the contract. Those selected shall receive formal generic skills training in a programmed and progressive manner throughout the duration of the contract. The training programme shall offer complete courses that could comprise some or all of the following modules: (i) Basic hygiene and HIV/AIDS awareness (ii) Road safety (iii) Basic management of the environment (iv) Tourism awareness and opportunities

C3.76

C-76

(f) Accredited training and attendance Only qualified trainers employed by training agencies that are accredited by CETA, or any other institution recognised by the Department of Labour shall deliver all training. Accredited training refers to both the trainers as well as to the training material. Certificates affirming the successful participation in the various courses shall be presented to each attendant. The contractor shall facilitate in the delivery of training, by instructing and motivating the hired local labour and relevant BE subcontractor regarding attendance and participation. All training shall take place within normal working hours, or as agreed with the trainees. (g) Contractor's programme The contractor shall further make all reasonable efforts to co-ordinate hired local labour and subcontractors' work with that of the delivery of the structured training. C3.4.8 LABOUR ENHANCED CONSTRUCTION The contractor's attention is drawn to the fact that it is an objective of the contract to maximise the labour content of certain operations or portions thereof. In this regard, where the specified work allows for a choice between mechanical or labour-enhanced means, the former should generally be kept to the practical minimum. The contractor shall take cognisance of these objectives and their contribution to the CPG (see sub-clauses D1003(a) and D1004(b)) when, at tender stage, he commits on Form C2: Preferencing Schedule: Preferences for direct participation of targeted labour. Before commencing with any labour enhanced operations the contractor shall discuss his intentions with the engineer, and shall submit to the engineer on a monthly basis, daily labour returns indicating the numbers of temporary personnel employed on the works and the activities on which they were engaged. The engineer shall assess the monthly labour returns, and proposed measures deemed necessary to rectify any shortfall from the contractor's tendered number of labourers as per Form C2 will be agreed with the contractor. C3.4.9 MONITORING OF PROGRESS C3.4.9.1 Keeping of records The contractor shall assume responsibility for the compilation and maintenance of comprehensive records detailing each BE’s progress during the construction duration, starting from the award of a subcontract to a BE until the successful completion of the subcontract work or termination of the subcontract. To this end the contractor shall complete a BE Declaration Affidavit that requires the contractor to obtain a bona fide statement of details for each BE engaged. The contractor shall keep comprehensive records of the training given to each trainee and, at the successful completion of each course, each trainee shall be issued with a certificate indicating the course contents as proof of attendance and completion. The contractor shall keep a register of certificates issued. Whenever required, the contractor shall provide copies of such records to the Engineer. C3.4.9.2 Monthly Returns

C3.77

C-77

The Contractor’s participation performance will be measured monthly in order to monitor the extent to which he is striving to reach the targets in this contract. The Contractor shall complete and return on a monthly basis the following pro-forma forms of the Employer:

(i) Report on employment; (ii) Report on training; and (iii) Report on community liaison meetings.

The complete forms shall accompany the Contractor’s monthly claim presented to the Engineer for payment of certified completed work. Failure to adhere to this requirement shall result in the delay of any payment due until the Engineer confirms that the forms have been received.

C3.5 OCCUPATIONAL HEALTH AND SAFETY

Note: Wherever reference is made in this section of the Scope of Work to contractor this is the equivalent of the principal contractor in the Occupational Health and Safety Act and Regulations. Similarly, reference to subcontractors is equivalent to other contractors.

C3.5.1 SCOPE

This part of the specification has the objective to assist the contractor entering into contract with the Employer, to comply with the Occupational Health and Safety Act, 1993 (Act No 85 of 1993) (OH&S), as well as all applicable Regulations. Compliance with this document does not absolve the contractor from complying with minimum legal requirements and the contractor remains responsible for the health and safety of his employees and those of his Mandataries. The contractor shall, therefore, include this part of the specification to any contract that he may have with subcontractors and/or suppliers.

This section also covers the development of a health and safety specification that addresses all aspects of occupational health and safety as affected by this contract. It provides the requirements that the contractor shall comply with in order to reduce the risks associated with this contract, which may lead to incidents causing injury and/or ill health. In this matter the spirit and intention of Regulation 5(1)(l) of the Construction Regulations, 2014 regarding negotiations between the parties, related to the contents and approval of the Health and Safety Plan, must be complied with.

C3.5.2 GENERAL OCCUPATIONAL HEALTH AND SAFETY PROVISIONS

C3.5.2.1 Hazard Identification and Risk Assessment (Construction Regulation 9) C3.5.2.1.1 Risk Assessments

Paragraph C3.5.4 contains a generic list of risk assessment headings that have been identified by the Employer as possibly applicable to this contract. It is, by no means, exhaustive and is offered as assistance to the contractor.

C3.5.2.1.2 Development of Risk Assessments

The contractor shall, before the commencement of any construction work or work associated with the aforesaid construction work and during such work, conduct a risk assessment by a competent person and the risk assessment so produced shall form part of the OH&S plan and be implemented and maintained as contemplated in Construction Regulation 9(1). Competence is a factor of training, knowledge, experience and/or appropriate qualifications. Where proof of competence is required by the Regulation, a concise CV must be attached to the appointment letter.

The risk assessment shall include, as far as is reasonably practicable, at least:

C3.78

C-78

the identification of the risks and hazards to which persons may be exposed;

the analysis and evaluation of the risks and hazards identified, inclusive of a residual risk rating methodology. The method to be used is not prescribed;

a documented plan and applicable safe work procedures to mitigate, reduce or control those residual risks that have been identified as unacceptably high, by means of the rating system;

a monitoring plan;

a review plan, inclusive of dates to be adhered to; and

ergonomic related risks are to be analyzed, evaluated and addressed as part of the process.

Based on the risk assessments, the contractor shall develop a set of site-specific OH&S rules that shall be applied to regulate the OH&S aspects of the construction. The risk assessments, together with the site-specific OH&S rules shall be submitted to the Employer before construction on site commences. Despite the more advanced (or site specific) risk assessments listed in paragraph C3.5.4, the Employer would have conducted a baseline risk assessment before work commences and made the same available to the contractor. This does not mean that all risk assessments must be attended before work commences, but that all risk assessments receive the necessary attention as the contract progresses, and this is the responsibility of the contractor.

All variations to the scope of work shall similarly be subjected to a risk assessment process.

C3.5.2.1.3 Review of Risk Assessment

The contractor shall review the hazard identification, risk assessments and standard working procedures at each production planning and progress report meeting as the contract work develops and progresses and each time changes are made to the designs, plans and construction methods and processes. The contractor shall provide the Employer, subcontractors and all other concerned parties with copies of any changes, alterations or amendments as contemplated above.

C3.5.2.2 Legal Requirements

A contractor shall, as a minimum, comply with:

The Occupational Health and Safety Act and Regulations (Act 85 of 1993), an up-to-date copy of which shall be available on site at all times.

The Compensation for Occupational Injuries and Diseases Act, 1993 (Act No 130 of 1993), an up-to-date copy of which shall be available on site at all times.

Where work is being carried out on a “mine”, the contractor shall comply with the Mines Health and Safety Act and Regulations (Act No 29 of 1960) and any other OH&S requirements that the mine may specify. An up-to-date copy of the Mines Health and Safety Act and Regulations shall be available on site at all times.

C3.5.2.3 Structure and Responsibilities

C3.5.2.3.1 Overall Supervision and Responsibility for OH&S

It is a requirement that the contractor, when he appoints subcontractors in terms of Construction Regulations 7(1)(c), 7(1)(d), 7(1)(f), and 7(3) includes in his agreement with such subcontractors the following:

OH&S Act (85 of 1993), Section 37(2) agreement: “Agreement with Mandatary”

OH&S Act (85 of 1993), Section 16(2) appointee/s as detailed in his/their respective appointment forms.

C3.5.2.3.2 Further (Specific) Supervision Responsibilities for OH&S

C3.79

C-79

The contractor shall appoint designated competent employees and/or other competent persons as required by the Act and Regulations. Below is a generic list of identified appointments and may be used to select the appropriate appointments for this contract. The contractor shall note that it is a generic list only and is intended for use as a guideline.

Appointment Regulation

Construction Manager, Assistant Construction Manager, Construction Supervisor and Assistant Construction Supervisor

Construction Regulation 8(1), 8(2), 8(7) and 8(8)

Construction Vehicles and Mobile Plant/Machinery Supervisor

Construction Regulation 23

Demolition Supervisor Construction Regulation 14

Drivers and Operators of Construction Vehicles or Plant

Construction Regulation 23

Electrical Installation and machinery on construction sites

Construction Regulation 24

Emergency/Security/Fire Coordinator Construction Regulation 29

Excavation Supervisor Construction Regulation 13

Explosive actuated fastening device Construction Regulation 21

Fall Protection Supervisor Construction Regulation 10

First Aider General Safety Regulation 3

Fire Equipment Inspector Construction Regulation 29

Temporary Works Designer and Temporary Works Supervisor

Construction Regulation 12

Hazardous Chemical Substances Supervisor

HCS Regulations

Incident Investigator General Admin Regulation 29

Ladder Inspector General Safety Regulation 13A

Cranes Construction Regulation 22

Materials Hoist Inspector Construction Regulation 19

OH&S Committee OH&S Act Section 19

Construction OH&S Officer Construction Regulation 8(5) & 8(6)

OH&S Representatives OH&S Act Section 17

Person Responsible for Machinery General Machinery Regulation 2

Scaffolding Supervisor Construction Regulation 16

Stacking and Storage Supervisor Construction Regulation 28

Structures Supervisor Construction Regulation 11

Suspended Platform Supervisor Construction Regulation 17

Tunnelling Supervisor Construction Regulation 15

Bulk Mixing Plant Supervisor Construction Regulation 20

Working on/next to Water Supervisor Construction Regulation 26

Welding Supervisor General Safety Regulation 9

It is a requirement that a part-time Construction health and safety officer is appointed as per Construction Regulation 8(5) and that the Construction health and safety officer complies with the requirements of Construction Regulation 8(6). In addition, the Employer requires that a Traffic Safety Officer be appointed. The above appointments shall be in writing and the responsibilities clearly stated together with the period for which the appointment is made. This information shall be communicated and agreed with the appointees. Notice of appointments shall be submitted to the Employer. All changes shall also be communicated to the Employer.

The contractor shall, furthermore, provide the Employer with an organogram of all subcontractors that he has appointed or intends to appoint and keep this list updated and prominently displayed on site.

C3.80

C-80

C3.5.2.3.3 Designation of OH&S Representatives (Section 17 of the OH&S Act)

Where the contractor employs more than 20 persons (including the employees of subcontractors he has to appoint one OH&S representatives for every 50 employees or part thereof. This is a minimum (legal) requirement. The contractor may at his own discretion appoint more OH&S Representatives according to site specific requirements. General Administrative Regulation 6 requires that the appointment or election and subsequent designation of the OH&S representatives be conducted in consultation with employee representatives or employees (Section 17 of the Act and General Administrative Regulations 6 and 7). OH&S representatives shall be designated in writing and the designation shall include the area of responsibility of the person and term of the designation. OH&S representatives must be experienced, permanently employed by the contractor or his subcontractors, trained and able to move freely within their designated area of responsibility.

C3.5.2.3.4 Duties and Functions of the OH&S Representatives (Section 18 of the OH&S Act)

The contractor shall ensure that the designated OH&S representatives conduct continuous monitoring and regular inspections of their respective areas of responsibility, focusing on unsafe acts and unsafe conditions and report thereon to the contractor. OH&S representatives shall participate in accident or incident investigations. OH&S representatives shall attend all OH&S committee meetings.

C3.5.2.3.5 Appointment of OH&S Committee (Sections 19 and 20 of the OH&S Act)

The contractor shall establish an OH&S committee, which shall meet at least once a month.

C3.5.2.4 Administrative Controls and the Occupational Health & Safety File C3.5.2.4.1 The OH&S File (Construction Regulation 7(1)(b))

As required by Construction Regulation 7(1), the contractor and subcontractors shall each keep an OH&S file on site. The following list of documentation is neither exhaustive nor prescriptive but recommended as a guide for the contents of the OH&S file: Notification of construction work (Construction Regulation 4) Latest copy of OH&S Act (General Administrative Regulation 4)

Proof of registration and good standing with COID Insurer (Construction Regulation 5(1)(j))

OH&S plan agreed with the Employer including the underpinning risk assessment/s and method statements (Construction Regulation 7(1))

Copies of OH&S committee and other relevant minutes

Designs/drawings (Construction Regulation 7(1)(e))

A list of subcontractors including copies of the agreements between the parties and the type of work being done by each subcontractor (Construction Regulation 7(1)(f))

Appointment/designation forms as per paragraphs C3.5.2.1.1 and C3.5.2.1.2.

Registers as follows: - Accident/Incident register (Annexure 1 of the General Administrative Regulations) - OH&S representatives’ inspection register - Asbestos demolition and stripping register - Bulk mixing plant inspections - Construction vehicles and mobile plant inspections by controller - Daily inspection of vehicles, plant and other equipment by the operator/driver/user - Demolition inspection register - Designer’s inspection of structures record - Electrical installations, -equipment and -appliances (including portable electrical tools) - Excavations inspection - Explosive actuated fastening device inspection, maintenance, issue and returns

register (including cartridges and nails) - Fall protection inspection register

C3.81

C-81

- First aid box contents - Fire equipment inspection and maintenance - Hazardous chemical substances record - Ladder inspections - Lifting equipment register - Materials hoist inspection register - Machinery safety inspection register (including machine guards and lock-outs) - Scaffolding inspections - Stacking and storage inspection - Temporary works inspections - Inspection of structures - Inspection of suspended platforms - Inspection of tunnelling operations - Inspection of vessels under pressure - Welding equipment inspections - Inspection of work conducted on or near water - Welfare facilities as provided

C3.5.2.5 Notification of Construction Work (Construction Regulation 3)

The contractor shall, where the contract meets the requirements laid down in Construction Regulation 4 prior to commencement notify the Department of Labour of the intention to carry out construction work and use the form (Annexure 2 in the Construction Regulations) for the purpose. A copy shall be kept on the OH&S file and a copy shall be forwarded to the Employer for record keeping purposes.

C3.5.2.6 Training and Competence

The training required by the Act and Regulations shall be included in the contractor’s OH&S plan. The contractor shall be responsible for ensuring that all relevant training is undertaken. Only accredited training providers shall be used for the regulatory OH&S training. The contractor shall ensure that his and his subcontractors’ personnel appointed are competent and that all training required for doing the work safely and without risk to health, has been completed before work commences. The contractor shall ensure that follow-up and refresher training is conducted as the contract work progresses and the work situation changes. This does not absolve any subcontractors from their responsibilities as employers. Records of all training must be kept on the OH&S file for auditing purposes.

C3.5.2.7 Consultations, Communication and Liaison

OH&S liaison between the Employer, the contractor, the subcontractors, the designer and other concerned parties will be through the OH&S committee as contemplated in paragraph C3.5.2.3.5. In addition to the above, communication may be directly to the Employer or his appointed agent, verbally or in writing, as and when the need arises.

Consultation with the workforce on OH&S matters will be through their construction managers and supervisors, OH&S representatives and the OH&S committee. The contractor shall be responsible for the dissemination of all relevant OH&S information to the subcontractors e.g. design changes agreed with the Employer and the designer, instructions by the Employer and/or his agent, exchange of information between subcontractors, and the reporting of hazardous/dangerous conditions/situations. The contractors’ most senior manager on site shall be required to attend all OH&S meetings.

C3.5.2.8 Checking, Reporting and Corrective Actions C3.5.2.8.1 Monthly Audit by Employer (Construction Regulation 5(1)(p))

The Employer will conduct monthly health and safety, and document verification audits in compliance with Construction Regulation 5(1)(o) in order to ensure that the contractor has implemented and is maintaining the agreed and approved OH&S plan.

C3.82

C-82

C3.5.2.8.2 Other Audits and Inspections by the Employer

The Employer reserves the right to conduct other ad hoc audits and inspections as deemed necessary. This will include site safety walks.

C3.5.2.8.3 Contractor’s Audits and Inspections

The contractor must conduct his own regular internal audits to verify compliance with his own OH&S management system, as well as with this specification. The contractor shall furthermore ensure that each subcontractor`s health and safety plan is being implemented by conducting periodic audits at intervals mutually agreed between the contractor and subcontractors, but at least once per month.

C3.5.2.8.4 Inspections by OH&S Representative’s and other Appointees

OH&S representatives shall conduct weekly inspections of their areas of responsibility and report thereon to their foreman or supervisor whilst other appointees shall conduct inspections and report thereon as specified in their appointments e.g. vehicle, plant and machinery drivers, operators and users must conduct daily inspections before start-up.

C3.5.2.8.5 Recording and Review of Inspection Results

All the results of the abovementioned inspections shall be in writing, reviewed at OH&S committee meetings, endorsed by the chairman of the meeting and placed on the OH&S File.

C3.5.2.9 Accidents and Incident Investigation (General Administrative Regulation 9)

The contractor and his subcontractors shall coordinate their investigation of all accidents/incidents where employees and non-employees were injured to the extent that he/she/they had to be referred for medical treatment by a doctor, hospital or clinic. The results of the investigation shall be entered into an accident/incident register listed in paragraph C3.5.2.4.1. The affected subcontractor shall be responsible for the investigation of all minor and non-injury incidents as described in Section 24(1)(b) & (c) of the Act and keeping a record of the results of such investigations including the steps taken to prevent similar accidents in future.

C3.5.2.10 Reporting

The contractor shall provide the Employer with copies of all statutory reports required in terms of the Act within 7 days of the incident occurring.

C3.5.2.11 Medical certificate of fitness (Construction Regulations 7(1)(g) and 7(8))

The Contractor as well as the subcontractor (where appointed) shall ensure that all their employees have a valid certificate of fitness, specific to the construction work to be performed and issued by an occupational health practitioner, in the form of Annexure 3 to Government Gazette No 37305 of 7 February 2014.

C3.5.3 OPERATIONAL CONTROL

C3.5.3.1 Operational Procedures

Each construction activity shall be assessed by the contractor so as to identify operational procedures that will mitigate against the occurrence of an incident during the execution of each activity. This specification requires the contractor:

to be conversant with all relevant Regulations;

to comply with their provisions; and

to include them in his OH&S plan where relevant.

C3.83

C-83

C3.5.3.2 Emergency Procedures Simultaneous with the identification of operational procedures (per paragraph C3.5.3.1 above),

the contractor shall similarly identify and formulate emergency procedures in the event an incident does occur. The emergency procedures thus identified shall also be included in the principal contractor’s OH&S plan, and communicated as part of induction training. It is the responsibility of the first aid worker, together with the construction supervisor, to make an assessment regarding the severity of injuries and which actions are appropriate. For example: transfer to a medical facility by ambulance or helicopter.

C3.5.3.3 Personal and Other Protective Equipment (Sections 8/15/23 of the OH&S Act)

The contractor shall identify the hazards in the workplace and deal with them. He must either remove them or, where impracticable, take steps to protect workers and make it possible for them to work safely and without risk to health under hazardous conditions.

Personal protective equipment (PPE) should, however, be the last resort and there should always first be an attempt to apply engineering and other solutions to mitigating hazardous situations before the issuing of PPE is considered.

Where it is not possible to create an absolutely safe and healthy workplace the contractor shall inform employees regarding this and issue, free of charge, suitable equipment to protect them from any hazards being present and that allows them to work safely and without risk to health in a hazardous environment.

It is a further requirement that the contractor maintains the said equipment, instructs and trains the employees in the use of the equipment, and ensures that the prescribed equipment is used by the employee/s. Employees do not have the right to refuse to use/wear the equipment prescribed by the Employer and, if it is impossible for an employee to use or wear prescribed protective equipment through health or any other reason, the employee cannot be allowed to continue working under the hazardous condition/s for which the equipment was prescribed but an alternative solution has to be found that may include relocating or discharging the employee. The contractor shall include in his OH&S plan the PPE he intends issuing to his employees for use during construction and the sanctions he intends to apply in cases of non-conformance by his employees. Conformance to the wearing of PPE shall be discussed at the weekly inspection meetings.

C3.5.3.4 Other Regulations

Wherever in the Construction Regulations or this specification there is reference to other regulations (e.g Construction Regulation 24: Electrical Installations and Machinery on Construction Sites) the contractor shall be conversant with and shall comply with these regulations.

C3.5.3.5 Public Health and Safety (Section 9 of the OH&S Act)

The contractor shall, as far as is reasonably practicable, be responsible for ensuring that non-employees affected by the construction work are made aware of the dangers likely to arise from said construction work as well as the precautionary measures to be observed to avoid or minimise those dangers. This includes:

non- employees entering the site for whatever reason;

the surrounding community; and

passers-by to the site.

C3.84

C-84

C3.5.4 PROJECT/SITE SPECIFIC SPECIFICATIONS

The following is a generic list of a Risk Assessment and Site specific health and safety specifications prepared by the Employer in terms of Construction Regulations 5(1)(a) and 5(1)(f):

Clearing and grubbing of the area/site

Site establishment including: - Office/s - Secure/safe storage for materials, plant and equipment - Ablutions - Sheltered eating area - Maintenance workshop - Vehicle access to the site - Temporary fuel storage, where applicable

Dealing with existing structures – possibility of asbestos

Location of existing services e.g. gas, telecommunications, electrical supply and similar

Installation and maintenance of temporary construction electrical supply, lighting and equipment

Adjacent land uses/surrounding property exposures

Boundary and access control/public liability exposures (NB: the Employer is also responsible for the OH&S of non-employees affected by his work activities.)

Health risks arising from neighbouring as well as own activities and from the environment e.g. threats by dogs, bees, snakes and lightning

Exposure to noise

Exposure to vibration

Protection against dehydration and heat exhaustion

Protection from wet and cold conditions

Dealing with HIV/Aids and other diseases such as silicosis or asbestos, where applicable

Use of portable electrical equipment including - Angle grinder - Electrical drilling machine - Circular saw - Generator

Excavations including - Ground/soil conditions - Trenching - Shoring - Drainage of trenches

Welding including - Arc welding - Gas welding - Flame cutting - Use of LP gas torches and appliances

Loading and off-loading of trucks

Aggregate/sand and other materials delivery

Manual and mechanical handling

Lifting and lowering operations

Driving and operation of construction vehicles and mobile plant including - Trenching machine - Excavator - Bomag roller - Plate compactor - Front end loader - Mobile cranes and the ancillary lifting tackle

C3.85

C-85

- Grader - Parking of vehicles and mobile plant - Towing of vehicles and mobile plant

Use and storage of flammable liquids and other hazardous substances e.g. petrol, diesel, cement, asphalt, bituminous materials and similar

Layering and bedding

Installation of pipes in trenches

Pressure testing of pipelines

Backfilling of trenches

Protection against flooding

Gabion work

Use of explosives

Protection from overhead power lines (high and low)

Work adjacent to or in proximity of railway lines

Work adjacent to or in proximity of traffic

Working at heights

Working in confined spaces – tunnelling

Formwork and support work (temporary works) including scaffolding

Demolition work, where applicable

Bulk mixing plant, where applicable Environmental impacts such as pollution of water, air or soil

C3.86

C-86

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL

FIVE REGIONS IN THE GAUTENG PROVINCE

C3.6 STANDARD SPECIFICATION Contents

Page

C3.6.1 Standard Spec: General Design C3.89

C3.6.2 Standard Spec: Low Voltage PVC Insulated Power Cables C3.94

C3.6.3 Standard Spec: Medium Voltage and Low Voltage Cable Installation C3.95

C3.6.4 Standard Spec: Installation of Street and Area Lighting C3.104

C3.6.5 Standard Spec: Lighting Specification C3.106

C3.6.6 Standard Spec: Masts C3.108

C3.6.7 Standard Spec: Street Light Poles C3.110

C3.6.8 Standard Spec: LV Metering Kiosks, Distribution Kiosks and Pillars C3.111

C3.87

C-87

C3.6.1 STANDARD SPECIFICATION : GENERAL DESIGN CONTENTS C3.6.1.1 SCOPE

C3.6.1.2 DESIGN

C3.6.1.3 STANDARDISATION

C3.6.1.4 QUALITY OF MATERIAL

C3.6.1.5 INTERCHANGEABILITY

C3.6.1.6 BOLTS AND NUTS

C3.6.1.7 FIRE PRECAUTIONS

C3.6.1.8 GALVANISING

C3.6.1.9 WELDING

C3.6.1.10 RADIO AND TV INTERFERENCE

C3.6.1.11 LABELS AND NOTICES

C3.6.1.12 CLEANING AND PAINTING

C3.6.1.13 WATER AND DEBRIS ACCUMULATION

C3.6.1.14 INSPECTION AND TESTS

C3.6.1.1 SCOPE This standard specification covers general design criteria and standards applicable to all

sections of work. Should the requirements of this standard specification be in conflict with any other standard specification or the detail specification, the other standard specification or detail specification shall govern and the tenderer/contractor shall seek information of such precedence from the engineer.

C3.6.1.2 DESIGN C3.6.1.2.1 The works shall be designed to facilitate easy accessibility, equipment replacement,

maintenance, handling, inspection cleaning and repairs and to ensure satisfactory operation in which safety of plant, personnel and public and continuity of service is the first consideration.

C3.6.1.2.2 All plant, equipment and apparatus shall operate satisfactory under the ambient and other

conditions prevailing at the site. C3.6.1.2.3 All apparatus shall be designed to prevent the risk of accidental short circuits due to

animals, birds, ants and vermin. C3.6.1.2.4 All moving, rubbing or wearing surfaces shall be machined or ground where they bear upon

each other. C3.6.1.2.5 The plant and equipment shall be designed and constructed to keep maintenance costs

and the number of persons employed for maintenance to a minimum. C3.6.1.2.6 All the equipment shall be to the approval of the engineer and shall, unless otherwise

specified, be suitably designed for operation on normal electrical supply systems, with voltage fluctuations of plus and minus 10% and under such sudden variations of load and voltage as may be met with under working conditions.

C3.6.1.2.7 The design of equipment shall include as a major consideration the absolute safety of the

C3.88

C-88

general public, operating and maintenance personnel. C3.6.1.2.8 All dimensions, units and design parameters shall be in accordance with the international

metric (SI) system. C3.6.1.3 STANDARDS C3.6.1.3.1 All electrical equipment shall be of approved manufacture and its construction, design and

testing shall be in accordance with the requirements of the most recent South African, British Standards or IEC publications including all amendments issued thereto up to the date of tender. The installation and equipment shall also comply with the relevant clauses of the Occupational Health and Safety Act, 1993 (Act No 85 of 1993), and the regulations promulgated in terms of the Act, and with the Code of Practice for The Wiring of Premises, SANS 10142-1:2001 and SANS 10142-2

C3.6.1.3.2 Notwithstanding reference in this specification to South African or British Standards

and IEC or ISO recommendations the supplier may submit for approval material and designs conforming to other technically equivalent national standards, provided that the supplier supplies the engineer with a translation of the standards into English and satisfactory proof of actual compliance therewith.

C3.6.1.4 QUALITY OF MATERIAL All material shall be new and of a design and class suitable for working under the conditions

specified, and shall withstand the variations of temperature and atmospheric conditions arising under working conditions without distortion, deterioration, or the setting up of undue stresses in any part such as to affect the efficiency and reliability of the plant and also without affecting the strength and suitability of the various parts for the duty which they have to perform.

C3.6.1.5 INTERCHANGEABILITY Corresponding parts throughout the works shall be made to such close tolerances that all

similar components and spares shall be fully interchangeable without any further alterations or adjustments being necessary.

C3.6.1.6 BOLTS AND NUTS C3.6.1.6.1 The threads of all bolts, nuts and studs shall be in accordance with SANS 1700-7-3-1996. C3.6.1.6.2 No brass bolt or stud shall have a diameter of less than 6 mm. C3.6.1.6.3 All nuts and studs shall be locked in position by lock washers and where necessary, lock

nuts. C3.6.1.6.4 Each bolt shall protrude by at least one but not more than five threads through the nut with

all washers in position. C3.6.1.6.5 All bolts, nuts and washers used outdoors shall be of approved materials and treated to

prevent corrosion of the threads. C3.6.1.6.6 The contractor shall provide special tools if any bolt, nut, screw or other fastener is used in

a position which is not accessible using conventional tools. This also applies where the size or shape of the fastener is not conventional.

C3.89

C-89

C3.6.1.7 FIRE PRECAUTIONS All apparatus, connections and cabling shall be designed and arranged to minimise the risk

of fire and any damage which might be caused in the event of fire. C3.6.1.8 GALVANISING C3.6.1.8.1 Where galvanising is specified, or is a requirement of the design, such galvanising shall be

performed by the hot-dip process to SANS 5763. C3.6.1.8.2 For all parts, other than wires, the equivalent zinc coating thickness shall not be less than

455 g of zinc per square metre of surface area. C3.6.1.8.3 The galvanising must be clean, smooth, of uniform thickness, unblemished and free from

defects. C3.6.1.8.4 The preparation for galvanising and the galvanising itself shall not adversely affect the

mechanical properties of the coated material. C3.6.1.8.5 All drilling, welding, cutting, sawing, punching, filing and bending shall be complete and the

metal shall be cleaned of any machining blemishes, millscale, rust and lubricants, before galvanising.

C3.6.1.8.6 Galvanised areas must be kept free of lubricants. Surfaces which are in contact with oil

shall not be galvanised or cadmium plated. C3.6.1.8.7 Electrolytic deposition of zinc is not acceptable. C3.6.1.8.8 Where it is not practicable to coat the surface of metal by the hot-dip galvanising process,

such equipment may be zinc-sprayed instead. The surface being zinc-sprayed shall be suitably prepared in accordance with the requirements of the process adopted and the rate of deposition of zinc shall not be less than 760 g per square metre of surface area. After zinc spraying the surface shall be painted with a suitable paint to render it completely impervious.

C3.6.1.9 WELDING C3.6.1.9.1 All welding shall comply with the appropriate international standards such as BS 1856

(General specification) and BS 709 (methods of testing). C3.6.1.9.2 The welding shall be executed in accordance with modern accepted practice for welding

and shall be sound, full strength and free from undercut and slag inclusions. Crater effects at the ends of weld runs shall be eliminated.

C3.6.1.9.3 Intermittent welding and incomplete penetration butt welding will not be accepted. C3.6.1.9.4 All fabricated items shall be stress relieved after welding. C3.6.1.9.5 The supplier shall well in advance of the commencement of fabrication, submit for approval

details of proposed welding procedures. C3.6.1.10 RADIO AND TV INTERFERENCE C3.6.1.10.1 All equipment installed under this contract shall comply with the RSA Government Notice

No R2246 and any other applicable rules and regulations in respect of radio and TV inter-ferences.

C3.90

C-90

C3.6.1.10.2 Any equipment found producing Radio or TV interference subsequent to commissioning,

shall be suppressed or replaced to the satisfaction of the engineer without any cost to the employer.

C3.6.1.11 LABELS AND NOTICES C3.6.1.11.1 Identification labels must be attached to all equipment, motors, control gear and all panels and the equipment contained therein. C3.6.1.11.2 All labels and plates shall be of an approved non-corrosive material and shall be fixed with

stainless steel or nickel-plated screws of ISO metric thread form. C3.6.1.11.3 Labels shall have a matt or satin finish to minimize reflection. C3.6.1.11.4 Labels shall have black lettering on a white background. Danger plates shall have white

lettering on a red background. C3.6.1.11.5 Cables shall be labelled at both ends, at through joints and at regular intervals. C3.6.1.11.6 Cables shall be labelled on both sides of the place where the cable passes through a

permanent obstruction. C3.6.1.11.7 For outdoor applications labels shall be of aluminum, with letters filled in black, lightly

sanded with fine grit paper and clear lacquered. C3.6.1.11.8 All lettering shall be in uppercase letters except where standard abbreviations of units are

used, eg kWh, KVA, etc. C3.6.1.11.9 The wording of labels and character height shall be to the approval of the engineer. C3.6.1.11.10 All labels shall be in English. In addition to the English text, all Warning/Danger labels shall

also be in Afrikaans and seTswana. C3.6.1.12 CLEANING AND PAINTING C3.6.1.12.1 The cleaning and painting of all exposed surfaces of all plant and accessories, unless

otherwise specified or approved, shall be carried out as follows: (a) Surface preparation All metal work shall be thoroughly cleaned by blast cleaning or pickling so as to be

free of all millscale, dirt, rust, welding slag and spatter, grease and all other contaminants and so as to present a dry, bright metallic finish.

(b) Priming The metal work shall be primed with an approved primer which, for equipment

intended for outdoor use, shall be red lead based and for indoor mounted equipment shall be phosphate based.

(c) Finishing The primed surfaces shall be finished with an approved Bitumen Aluminium based

paint.

C3.91

C-91

C3.6.1.13 WATER AND DEBRIS ACCUMULATION All outdoor equipment must be designed so that water and debris will not readily accumu-

late to cause deterioration of equipment or an electrical discharge hazard. Where this cannot be avoided such places shall be easily accessible for cleaning.

C3.6.1.14 INSPECTION AND TESTS C3.6.1.14.1 All equipment will be inspected and tested, both in the factory during manufacturing and on

site during installation. The tests required are prescribed in the standard and detail specification. The engineer will do all inspections accompanied by the contractor and the contractor shall perform all tests with the engineer as witness.

C3.6.1.14.2 The engineer will require seven (7) days notification to avail himself for any tests or

inspection. The contractor shall arrange for the maximum number of tests and inspections to be done on the same day.

C3.6.1.14.3 The contractor shall provide all testing facilities and instruments and all equipment and

labour required for a test or inspection. All instruments shall be adequately scaled for the application. All testing facilities and instruments remain the property of the contractor.

C3.6.1.14.4 All instruments used shall have a valid test certificate issued by an accepted testing

authority. The engineer reserves the right to call for a calibration test on any instruments used during the test.

C3.6.1.14.5 The contractor shall record all results of the tests done on a test certificate, of which the

engineer must receive two (2) copies. C3.6.1.14.6 The contractor shall ensure that the equipment is ready for testing or inspection and that

the equipment conforms to the specifications before the engineer is requested to witness tests or inspections. Should it be found that the equipment or contract works is not ready for testing/inspection, or does not conform to the specification, the engineer reserves the right to charge the contractor for any retests or subsequent costs.

C3.92

C-92

C3.6.2 STANDARD SPECIFICATION : POWER CABLES C3.6.2.1 STANDARD SPECIFICATION : LOW VOLTAGE PVC INSULATED POWER CABLES CONTENTS C3.6.2.1.1 SCOPE C3.6.2.1.2 STANDARD C3.6.2.1.1 SCOPE This specification covers the supply of 600 / 1000 V PVC insulated power and control cables.

All cables shall be rated 600 / 1000 V. C3.6.2.1.2 STANDARD Cables shall be manufactured strictly in accordance with the requirements of the latest

edition of SANS 1507. C3.6.2.2 STANDARD SPECIFICATION : LOW VOLTAGE Aerial Bundled Conductor (ABC)

POWER CABLES CONTENTS C3.6.2.2.1 SCOPE C3.6.2.1.2 STANDARD C3.6.2.2.1 SCOPE This specification covers the supply of 600 / 1000 V Aerial Bundled Conductor (ABC) -

XLPE, UV Protection, power cables. All cables shall be rated 600 / 1000 V. C3.6.2.1.2 STANDARD Cables shall be manufactured strictly in accordance with the requirements of the latest

edition of SANS 1418. C3.6.2.3 STANDARD SPECIFICATION : MEDIUM VOLTAGE XLPE insulated POWER CABLES CONTENTS C3.6.2.3.1 SCOPE C3.6.2.3.2 STANDARD C3.6.2.3.1 SCOPE This specification covers the supply of 6.65/11kV XLPE insulated, copper tape screened,

PVC bedded, SWA, PVC sheathed, power cables. All cables shall be rated 6.65/11kV. C3.6.2.3.2 STANDARD Cables shall be manufactured strictly in accordance with the requirements of the latest

edition of SANS 1339.

C3.93

C-93

C3.6.3 STANDARD SPECIFICATION : MEDIUM VOLTAGE AND LOW VOLTAGE CABLE

INSTALLATION CONTENTS C3.6.3.1 SCOPE C3.6.3.2 MATERIALS C3.6.3.3 EXCAVATIONS C3.6.3.4 INSTALLATION C3.6.3.5 JOINTING AND TERMINATION OF MEDIUM VOLTAGE CABLES C3.6.3.6 JOINTING AND TERMINATION OF LOW VOLTAGE CABLES C3.6.3.7 TESTS BEFORE ACCEPTANCE C3.6.3.8 INFORMATION REGARDING THE COMPLETED NETWORK C3.6.3.9 CLEARING OF SITE C3.6.3.1 SCOPE This section covers the supply and installation of medium voltage and low voltage cables. C3.6.3.2 MATERIALS C3.6.3.2.1 Medium voltage cable joints and terminations The medium voltage cable joints and terminations shall be as specified in section C3.2.8 C3.6.3.2.2 Low voltage cable joints and terminations Low voltage joints shall be of the epoxy-resin type, no heat shrink joints shall be used. For indoor use the cable glands shall be of the adjustable type, equal or similar to the Pratley

gland and shall be suitable for use with PVC PVC SWA PVC cables complying with the latest edition of SABS 1507-1. All glands shall be installed with non-deteriorating neoprene shrouds.

For outdoor use the cable glands shall be as for indoor use with the addition of a nipple

gasket and inner seal kit, rendering the gland suitable for type "e" equipment (increased safety equipment).

In high corrosive areas, such as chlorination, chemical dosing and inlet works areas, the

cable gland shall offer a minimum degree of protection according to SABS 1222 of IP 66, shall be suitable for type "e" equipment, shall be corrosion proof and shall have a positive seal internal to the cable gland that seals over the cable outer sheath. For these applications no shrouds are required.

For all gland installations on armoured cable, the outer sheath of the cable shall be cut back

in accordance with the gland manufacturers' recommendations, so that a minimum of armouring is exposed between the gland and the outer sheath after gland installation. The shroud shall seal on the outer sheath of the cable.

Bi-metallic aluminium-copper lugs, equal or similar to SIMEL type ACX, shall be used

according to the manufacturer's specifications, where solid aluminium conductors are terminated onto copper busbars.

C3.6.3.2.3 Earth continuity conductors Earth continuity conductors shall comprise of stranded copper conductors of cross-section

C3.94

C-94

indicated in the detailed specification. A single earth conductor may be used where two or more cables run together, providing the

earth conductor cross-sectional area is based on the largest size cable in the run. C3.6.3.2.4 Cable warning tape The plastic cable warning tape shall consist of a strip of polyethylene of thickness 0,04 mm

and of nominal width 230 mm, completely impregnated with a pigment such that the colour of the tape is yellow, colour No B49 of SABS 1091, and having printed at intervals not exceeding 1 metre along its length, a black-triangle and an electric flash symbol and the words "Danger, Gevaar, Ingozi".

The plastic warning tape shall be installed on all cable routes (LV and MV) at 200 mm above

the top cable layer. Where a cable route exceeds 600 mm in with multiple warning tapes shall be run in such a way that the space between adjacent warning tapes does not exceed 185 mm.

C3.6.3.2.5 Concrete protective slabs Concrete protective slabs shall have the following dimensions: Length 1 000 mm Width 350 mm Thickness 50 mm The slabs shall be constructed of 20 MPa concrete and each slab shall be reinforced with

one longitudinal and three transverse mild steel rod of minimum diameter 8 mm. The slabs shall be manufactured in such a way that the slabs interlock with each other thus avoiding shifting of the slabs after installation.

C3.6.3.2.6 Cable sleeves Cable sleeves shall be as specified in THE “STANDARD SPECIFICATION : SUPPLY AND

INSTALLATION OF CABLE SLEEVES” SECTION of the standard specifications. C3.6.3.3 EXCAVATIONS C3.6.3.3.1 General The contractor shall preserve the site as far as possible. Only the minimum of trees, shrubs,

rocks, etc shall be removed and cleared for the cable route. Where surplus material has to be disposed of the contractor shall dump the material in the

area provided by him. The contractor shall at his own cost load and transport to the above mentioned site all

surplus material, unsuitable material for backfilling etc. C3.6.3.3.2 Trench routes The cable trench shall be excavated along the routes indicated on the relevant drawings. The trench shall be absolutely straight and shall comply with all requirements. The engineer

shall determine the length of the trench to be excavated, which shall not exceed 400 m, before the cable is installed and the trench backfilled.

If any obstacle or interference should be encountered which may require alterations to the

trench or routes, such alterations shall receive prior written approval of the engineer. C3.6.3.3.3 Cable trench

C3.95

C-95

The trench shall be excavated to a depth indicated on the drawings for the different cables. Where depths are not indicated on the drawings, the following shall apply:

For MV cables 1500 mm and for all LV cables the trench shall be deep enough so that the

top layer of LV cables is buried a minimum of 1500 mm below final ground levels. The contractor shall excavate by hand where he cannot excavate by means of machines due

to limited access and the proximity of other services. The bottom of the trench shall be level and shall follow the contours of the final ground level.

Where the excavation is in excess of the required depth, the excavation shall be backfilled and compacted with suitable material to the required depth.

The contractor shall trim the trenches and clean up the bottom of the trenches after he has

completed the required excavation. Bedding and cables shall not be laid until the trench has been approved by the engineer. Where bedding has already been laid the engineer may instruct the contractor to demonstrate that the minimum thickness of bedding has been provided for before authorizing cable laying to proceed.

The contractor shall remove all sharp projections which could damage the cable where the

trench is excavated through rocky formations, and shall remove all loose rocks, material, etc from the bottom of the trench.

C3.6.3.3.4 Excavation of jointing chambers Jointing pits shall be excavated to a depth of 1,2 m and shall be rectangular in shape and

large enough for the cable jointers to work comfortably and in an efficient manner. Where more than one joint is to be made in the same position the joint pit shall be large and long enough to allow staggered joints to be made. The minimum size of a joint pit shall be as follows:

- one joint : 2,5 m long x 1,25 m wide - two joints : 3,0 m long x 1,5 m wide C3.6.3.3.5 Excavated material No excavated material shall be left closer than 300 mm from the side of the excavation. The

excavated material which is considered by the engineer to be suitable for bedding material for the cable shall be placed separately on one side of the trench so that it is available when required. The excavated material shall take up as small an area as possible with the safety of the workmen and Works taken into consideration.

C3.6.3.3.6 Inspection and measurement of excavations Once the excavations for cable trenches and joint pits have been completed, the contractor

shall give the engineer 24 hours notice to inspect the trench and to be present when the measurements are made. No inspections shall be undertaken on Saturdays, Sundays and public holidays.

Full detail of the cable trench dimensions and classification of the type of excavation shall be

recorded and signed by the contractors representative and the engineers representative as the final quantities for such excavations.

Inspections and recordings shall be completed before the installation of any bedding or

backfilling. The contractor shall be responsible to keep all records as proof of progress and as basis for claims for payment.

C3.6.3.3.7 Maintenance of excavations The contractor shall maintain the excavation in a good condition, free of water, mud, loose

C3.96

C-96

ground, rocks, stones, gravel and other strange material until the cables are installed and the excavation is backfilled and compacted.

C3.97

C-97

C3.6.3.4 INSTALLATION OF CABLES C3.6.3.4.1 Sand bed for cables A sand bed layer of soft soil shall be installed and levelled at the bottom of each trench after

the trench has been approved by the engineer, and prior to cable laying. The minimum thickness of the sand bed layer is 150 mm. If the material that has been excavated is not suitable for the sand bed layer then suitable

soil shall be imported for this purpose. The cost thereof shall be included in the unit price for the excavation unless otherwise specified.

An adequate quantity of concrete with a strength of 20 MPa shall be available when an

inspection of the cables is called for. The concrete bed cover for MV and LV cables shall be a minimum of 150 mm thick and shall be placed directly after the cable(s) has been inspected.

C3.6.3.4.2 Cables shall be laid without delay The cable shall, after the completion of the trench, be laid with the minimum of delay so that

the trench can be backfilled. The contractor shall, however, not backfill the trench until each length of cable has been inspected and approved by the engineer.

Only one cable shall be laid at a time and the contractor shall take precautions that the

cables which are already installed are not damaged. C3.6.3.4.3 Laying of cables The method to be used for laying cables shall be approved by the engineer prior to the

commencement of the laying of the cables. Cable rollers shall be used when cables are drawn into trenches. The cable rollers shall be

placed so that the cable does not touch the bottom or the sides of the trench. The rollers shall be of an approved construction without any sharp metal parts which could damage the cables.

If the contractor intends using a winch to draw the cable into the trench, a cable stocking

shall be used or the draw wires shall be soldered to the cable so that the tension is exerted on all the cores, lead sheath and/or steel wire armouring at the same time.

The maximum tension on a cable during laying operations shall not exceed the value

specified by the manufacturer. Should the engineer not be satisfied with the manner or method employed to lay the cable he

shall have the authority to instruct the contractor to lay the cable by hand or in accordance with approved standards.

The medium-voltage cables shall be laid in such a manner that the beginning of a drum shall

be laid from the end of the previous drum to ensure that the lay of the cores remain the same.

Medium-voltage cables shall overlap by at least 1 m, but not more than 1,5 m at joints. Sufficient lengths of cable shall be left at the beginning and end of the cable routes to allow

for the termination of the cables. Where necessary the engineer shall decide on what length of cable is to be left. The contractor shall take the necessary precautions to protect the cable ends until they are terminated. The cable ends shall be sealed by means of lead or heatshrink sealing caps to ensure that the cable is waterproof.

Where cables are drawn through sleeves, care shall be taken that they are not kinked or

C3.98

C-98

excessively bent. No bend in a cable shall have a radius less than the minimum bending radius specified by the cable manufacturer.

The contractor shall keep accurate records of each length of cable laid. The following information shall be recorded: - Cable drum number - Size of cable - Laid from where to where - Length of cable - Date laid. The contractor shall be liable for the repair of the cable due to the faulty manufacture of the

cable, should this information not be recorded directly after the cable has been laid. Every cable shall be marked by means of a aluminum label on which the size of cable and its

source or destination and cable number is punched. The label shall be installed around the inner PVC sheath immediately above the cable gland.

C3.6.3.4.4 Verification of cables The contractor shall be solely responsible for inspecting all cables before backfilling to

ensure that the correct type and number of cables have been installed. The engineers representative shall inspect all cable trenches before backfilling to ensure that

the laying of cables complies with the specification. During this inspection the contractor's and engineer's representative shall record the lengths

for all cables and all such records shall be signed by both representatives as the final quantities. The contractor shall be responsible to keep the records as proof of progress and as basis for claims for payment.

C3.6.3.4.5 Road crossings The cable sleeves shall be installed 1,5 m below ground level to avoid damage when the

roads are constructed. Unless otherwise specified, two additional sleeves shall be installed for future use at each

road crossing. Sleeves used for crossings shall be straight and undamaged. Bends shall not be allowed in

road crossings. After the installation of the sleeves, the sleeves shall be meticulously backfilled so that no air

pockets are left. The trench shall thereafter be backfilled in layers of 150 mm and compacted with mechanical vibrators to 95% modified AASHTO density.

The contractor shall lay and join the cable sleeves and compact the trench to the satisfaction

of the engineer. After installation, the sleeves shall be cleaned and a galvanized steel draw wire installed in the sleeve prior to the sleeve ends being sealed by means of plastic plugs.

C3.6.3.4.6 Crossing of other services Where a cable crosses over other services, the cable shall not be installed at a depth less

than 800 mm below ground level and if this is not possible the cable shall be installed underneath the other service and shall be protected in the prescribed manner by means of concrete slabs. The depth of the cable shall be maintained for one metre on either side of the crossing.

If it is not possible to cross over or underneath a service in the prescribed manner, the matter

shall be referred to the engineer for a decision.

C3.99

C-99

The following minimum clearances shall be maintained between electrical cables and other services:

Vertical Horizontal GPO Cables 0,3 m 0,3 m Water pipes 0,3 m 0,3 m Sewer pipes 0,3 m 0,8 m Storm water pipes 0,3 m 0,6 m Other electrical cables 0,15 m 0,15 m (Other than LV

cables in same route) LV cables on same route 0,100 m One

cable diameter of larger cable C3.6.3.4.7 Backfilling of trenches When the cable has been laid, inspected and approved and the sand bed cover as specified

in the clause on "Sandbed for cables" has been installed, the trench shall be backfilled with soil containing not more than 40% rock or shale which shall be able to pass through a 100 mm sieve and which is approved by the engineer.

Where more than 40%, but less than 70% rock occurs, the contractor shall replace the rock

with imported soil. However, should more than 70% rock occur then all the backfilling material shall be imported.

- The contractor may import further stone-free material to the site or sieve the

excavated material for sand bedding and cover but payment shall only be com-pensated for the actual quantity of imported material required as determined by the engineer. The quantity of imported material required shall be calculated from the nominal trench width.

- The excavated material shall be backfilled in layers of 150 mm and shall be well

compacted and consolidated to 93% MOD AASHTO. Where necessary the engineer may require that a mechanical vibrator be used for compacting the trench.

- The contractor shall maintain the completed sections of the cable trench in a proper

safe condition for the duration of the contract. The contractor shall refill and compact the trench where subsidence occurs.

- After completion of the work the route of the cable shall be neatly finished off and

cleared. All stones bigger than 25 mm as well as all loose organic material and rubble shall be removed.

C3.6.3.4.8 Installation of concrete slabs and cable markers Where cables cross other services such as water pipes, sewage pipes and other cables or

where the chance exists that the cable may be damaged as a result of excavation by others, the cable shall be protected by means of reinforced concrete slabs. The slabs shall protect the cable for a distance of 500 mm on either side of the crossing.

Cable route markers shall be installed to indicate the cable route and positions of cable joints

and cable sleeves. The markers shall be buried in the ground directly over the cable, joint, sleeve, or where the cable crosses a known service, with the top protruding 50 mm above the finished ground level. Route markers shall be placed at every change in direction and at 100 m intervals on straight runs.

C3.100

C-100

C3.6.3.5 JOINTING AND TERMINATION OF MEDIUM-VOLTAGE CABLES The contractor shall provide the engineer with documentary proof that he has qualified,

experienced and competent cable jointers in his employ to execute the work to the satisfaction of the engineer.

The contractor's jointer(s) shall thereafter demonstrate to the engineer or his representative

that he/they are completely conversant with the standard jointing methods by doing a test joint for each type of cable to be installed on the contract.

The test joint may at the discretion of the engineer be a joint which is to be made in the

execution of the contract. The jointer(s) shall be permitted to proceed with the jointing should the engineer be satisfied with the test joint and the test joint withstands a medium-voltage test. Notwithstanding the aforementioned, the engineer may at his discretion require that any one of the joints completed be opened and inspected to determine whether the joints comply with the requirements before the contractor shall be allowed to proceed with the jointing.

The requirements in these clauses shall also apply to all new cable jointers employed during

the duration of the contract to do cable jointing on the contract. No jointer shall be permitted to do more than two joints per day. The engineer shall be informed in advance of when jointing is to take place to enable him to

inspect the joint. The jointer shall, before he commences with the jointing, ensure that: - he has sufficient and suitable material to properly and efficiently complete the joint - the joint chamber is dry - all stones, loose ground, sticks, leaves etc., is removed from the joint chamber - the walls and sides of the joint chamber is firm and free of loose ground, stones, gravel

etc., which could fall into the chamber - the necessary barriers are made to keep water out of the joint chamber - the necessary cover is provided over the joint chamber to keep unexpected rain out of

the chamber and that enough light and ventilation is provided under the cover - he has the necessary material to seal off the joint or termination when he has to dis-

continue jointing or terminating the cable due to unexpected storms or flooding of the chamber which makes it impossible to continue jointing or terminating the cable, irre-spective of how far the work has commenced

- he has the necessary ground sheets to line the floor of the joint chamber - the cable and other materials are dry, undamaged and in all respects suitable for join-

ting or terminating - his equipment and tools are at all times dry, clean and absolutely free of ground No jointing or terminating shall commence in rainy weather without the prior approval of the

engineer. When the jointer commences with a joint he shall complete the joint before he leaves the site

The contractor is responsible to ensure that the requirements are carried out by his jointer. No cable jointer shall be allowed to terminate more than two ends per day. The standard phase arrangement shall be observed when connecting up cables in the end

C3.101

C-101

boxes. The contractor shall ensure that the prescribed phase arrangement is at all times maintained on the external terminals of the end boxes.

C3.6.3.6 JOINTING AND TERMINATION OF LOW-VOLTAGE CABLES No joints shall be allowed in the low-voltage cables without the prior approval of the engineer. C3.6.3.7 TESTS BEFORE ACCEPTANCE After the completion of the electrical installation, the contractor shall test the installation in

accordance with the requirements of the specification. The engineer shall have the right to call for or to carry out any additional tests which may be

necessary to prove that the requirements of the specification have been met. The contractor shall assist with the conducting of these tests without delay.

All tests shall be conducted in the presence of the engineer and the costs thereof shall be

included in the installation rates of the cables, joints and terminations. C3.6.3.7.1 General The tests hereinafter described comprises only the site tests and tests before acceptance or

handing over of the installation. Where cables and other material are supplied by the contractor the factory and manufacturing tests shall be as specified in the specification.

After the installing and completing of the installation, before the service is taken over, the

following tests shall be undertaken. These tests shall form an integral part of the erection, construction or installation of the various items and the costs thereof shall be included in the unit rates for the erection, construction or installation of the various items.

C3.6.3.7.2 Tests on medium-voltage cables The contractor shall undertake the following tests in the presence of the engineer before the

engineer shall agree to accept any part of the installation. The contractor shall, furthermore undertake any other tests the engineer may prescribe to satisfy himself that the work is of an acceptable standard.

(a) Voltage tests Each section of the cable installation between miniature substations shall be subjected

to a preliminary voltage or insulation resistance test to prove the insulation resistance. (b) Continuity test The resistance between each core and the lead sheath of the cable shall be measured

for each section while the core and sheath is short circuited at the far end to ascertain if all connections have been correctly made.

All test instruments shall be of a high quality and shall, if required, be calibrated by the

SABS or such body approved by the engineer at the cost of the contractor. (c) DC medium-voltage tests Each cable circuit, including joints and terminations, shall be tested by means of a

direct current voltage of 18 kV between the different cores and between the cores and the lead sheath or copper tape screen for a period of 15 minutes. The voltage shall be gradually raise to 18 kV and kept there for 15 minutes.

The contractor shall undertake all repairs and replacements at his own costs in the

event of the installation failing the above-mentioned tests.

C3.102

C-102

C3.6.3.7.3 Tests on low-voltage cables (a) Phase and continuity tests

The resistance of each circuit shall be determined by imposing a DC voltage not greater than 100 V between each phase and earth while the phase is short circuited at the end of the cable route.

(b) Voltage tests

The insulation resistance shall be determined by imposing a 2000 volt DC supply between each individual phase and earth at the miniature substations. The insulation resistance shall not be less than 50 megohm.

C3.6.3.8 INFORMATION REGARDING THE COMPLETED NETWORK The contractor shall submit the "as built" drawings on which complete information of the

installation, as installed, is indicated after the completion of the installation and before the installation is handed over to the employer.

C3.6.3.9 CLEARING OF SITE The contractor shall remove everything that he brought onto the site or handled on the site in

the execution of the contract as well as all excess excavated material and rubble so as to leave the site in a neat and clean condition to the satisfaction of the engineer after the completion of the contract and after the engineer's approval has been obtained.

C3.103

C-103

C3.6.4 STANDARD SPECIFICATION : INSTALLATION OF STREET AND AREA LIGHTING CONTENTS C3.6.4.1 SCOPE C3.6.4.2 STANDARDS C3.6.4.3 MATERIALS C3.6.4.4 SETTING OUT OF THE WORKS C3.6.4.5 EXCAVATIONS C3.6.4.6 PLANTING OF POLES C3.6.4.7 INSTALLATION C3.6.4.8 TESTING C3.6.4.1 SCOPE This specification covers the requirements for the supply of small material required to

complete the streetlighting installation and the installing, testing and commissioning of street and area lighting installations.

C3.6.4.2 STANDARDS SANS 1501 C3.6.4.3 MATERIAL C3.6.4.3.1 Miniature circuit breakers. C3.6.4.3.2 PVC insulated conductors. C3.6.4.3.3 Underground cable junction boxes. C3.6.4.4 SETTING OUT OF THE WORKS The contractor shall set out the positions of the poles and the cable route as indicated on the

drawings. The distance between the poles shall be maintained as specified. C3.6.4.5 EXCAVATIONS The holes for poles shall be excavated to the following depths: - Streetlight poles with a mounting height exceeding 10,5 metres: 2,0 metres. - Streetlight poles with a mounting between 7,5 metres and 10,5 metres: 1,8 metres. - area light poles with a mounting height exceeding 3,5 metres: 1,0 metre. The holes for poles shall have minimum dimensions of 1,0 metre by 0,5 metres. Once the poles have been erected and aligned the excavations shall be backfilled and

compacted in layers of 150 mm to 95% MOD AASHTO using material free of stones, vegetation, etc.

Where the soil is sandy, loose or marshy, the poles shall be planted in a 12:1 sand/cement

C3.104

C-104

mixture. C3.6.4.6 PLANTING OF POLES The poles shall be fitted with a base plate that shall be securely bolted with hook bolts before

the pole is planted. Poles that are designed for mounting on a reinforced concrete foundation by means of a

base plate secured to bolts casted into the foundation. The base plate needs to match PCD dimensions of the bolts that are already casted in the foundation.

The contractor shall ensure that the poles are not strained or damaged in any way during the

erecting thereof. The structures shall be vertical to a tolerance of 0,5% at the top of the pole after erection. The streetlight poles shall be planted with the luminaire outreach extended in the direction of

the roadway and so that the outreach arm is perpendicular to the centre line of the road, except if otherwise specified by the engineer.

Under no circumstances shall poles be shortened to create the impression that they have

been planted to the correct depth. C3.6.4.7 INSTALLATION (a) Every pole shall be fitted with a equipment mounting plate fixed inside the pole. The

cables shall be terminated on the gland plate fitted to the mounting plate by means of cable glands.

(b) A 20A circuit breaker with a 5 kA breaking capacity shall be installed near the bottom

of each pole. Contractor shall make allowance in his/her pricing for the removal of any fuses including fuse holders and to allow for the wiring of the luminaire/s directly to the 20A circuit breaker.

(c) Terminal blocks as specified and suitable for the particular cable size shall be fitted on

the rail allowed therefore on the mounting plate and the conductors of the cables shall be terminated therein.

(d) The cable armouring and the earth continuity conductors shall be terminated on the

earth stud provided in the pole by means of crimped lugs. (e) The connection between the terminal block on the mounting plate in the pole and the

terminal block of the luminaire shall be made using two PVC insulated 1,5 mm² copper conductors, red and black for the phase and neutral conductor respectively, and a 1,5 mm² bare copper earth wire for the earth connection.

(f) After the pole has been planted and the conductors have been drawn in, the

streetlight luminaire shall be mounted on the spigot and securely fastened with the bolts and/or nuts provided.

(g) All the bolts, nuts, screws and clips of the fitting shall be properly screwed. C3.6.4.8 TESTING After the completion of the installation the streetlights and central equipment shall be tested

to the satisfaction of the engineer prior to the system being taken over and energised by the supply authority.

C3.105

C-105

C3.6.5 STANDARD SPECIFICATION : LIGHTING SPECIFICATION CONTENTS C3.6.5.1 SCOPE C3.6.5.2 STANDARDS C3.6.5.3 STREETLIGHT LUMINAIRES C3.6.5.4 INFORMATION TO BE PROVIDED C3.6.5.1 SCOPE This specification covers the requirements for the manufacturing, supply, delivery and off-

loading of streetlight luminaires. C3.6.5.2 STANDARDS (a) SABS/SANS 1277 (b) SABS/SANS 1088 (c) SABS/SANS 1250 (d) SABS/SANS 1266 (e) SANS 60598 C3.6.5.3 HIGHWAY AND STREETLIGHT LUMINAIRES Quality and performance specification of highway and streetlight luminaires The luminaire shall at least consist of a lamp compartment separated for thermal reasons

from the control gear compartment and shall be designed to operate 250 and 400 watt high-pressure sodium (HPS) lamps.

The luminaire shall bear the SANS IEC 60598-2-3: 2002 Safety Mark, as well as the SABS

1277 (SANS 475). Luminaire spigot entries shall comply with SANS 1088. The luminaire shall be of totally enclosed, corrosion- and weather-proof type and shall

comply with SANS 60598 where applicable and shall bear an IP rating of 66 for both the lamp and gear compartments.

The tenderer has to confirm that the parameters, as stated in the Technical Design Schedule

(Table 1) are met and documentary evidence has to be provided. Only IP rating as reported in SANS IEC 60598-2-3: 2002 Test Report are acceptable. The housing shall be robustly constructed from die cast LM6 aluminium alloy or other

corrosive proof material which shall all ensure reliable heat dissipation and effective sealing against ingress of moisture and dust, etc.

The high-impact diffuser shall be constructed from heat resistant armour glass, high impact

resistant acrylic. The use of polycarbonate material shall not be allowed under any circumstances. The diffuser shall be UV stabilized. The diffuser shall have no external prisms. It shall remain attached to the housing when opened via a hinge mechanism.

C3.106

C-106

Reflectors shall be manufactured from 99.98% super pure deep anodised aluminium and shall not be subject to accidental misalignment during lamp replacement or cleaning. All fasteners, retaining clips, etc., shall be manufactured from stainless or ferritic steel. The luminaire shall have an efficiency (Light Output Ratio) of not less than 78%.

Access to the lamp and gear compartment shall be gained from underneath. It shall not be

possible to open the gear cover without the use of a tool. The control gear shall not be mounted on the gear compartment cover but on a removable

gear tray fixed to the inside wall of the gear compartment. The control gear shall be suitable for operation with the specified rating of the lamp on a 230 V +3%/-10% 50 Hz single-phase system. The internal wiring shall be by means of high temperature grade silicone rubber insulated high quality flexible stranded conductors not subject to deterioration. The low voltage wiring shall not be less than 660 volt grade and in the case of high voltage wiring the continuous voltage grade must be suitable for the open circuit voltage of the ballast.

Ignitors, where applicable, shall be of the superposed pulse type. The control gear compartment shall be accessible to ease maintenance and shall be

complete with earthing terminal and 660 volt insulated line connector block. The lamp holder and end cap shall be porcelain, having silver plated metal parts and able to

withstand the high starting voltage. C3.6.5.4 INFORMATION TO BE PROVIDED Tenders shall submit the following luminaire details with their tender documents: (a) Manufacturer (b) Catalogue number (c) Iso-candela diagrams (candeles) (d) Iso-illumination diagram (lux) (e) Efficiency curves for the luminaires (f) Mass of the luminaires with and without the control gear (g) Reflector material and its thickness (h) Full particulars of the control gear (i) Maximum permissible ambient and storage temperatures (j) Adjustability of lamp holder

Tenders to attach the above requested information under “FORM C3.4: LUMINARE SPECIFICATION DETAILS”.

C3.107

C-107

C3.6.6 STANDARD SPECIFICATION : MASTS CONTENTS C3.6.6.1 SCOPE C3.6.6.2 HIGH MASTS C3.6.6.3 INSTALLATION C3.6.6.4 DRAWINGS C3.6.6.1 SCOPE This specification covers the supply and installation of the 15 to 30 metre high masts suitable

for the mounting of lighting luminaires. C3.6.6.2 MASTS The masts shall be of the octagonal cross-section tapered type and shall be designed in

accordance with SABS 0160 to withstand a wind velocity appropriate to the site at a height of 10 metres above ground with a mean return period of 50 years, terrain category 2 class B and drag factor of 1,4. The deflection at the top of the mast shall not exceed 2,5% of the mast height when subjected to two thirds of the maximum wind velocity. The masts shall withstand the maximum design conditions when fully equipped with the specified luminaires and their associated equipment.

The masts shall be designed for mounting on a reinforced concrete foundation by means of a

base plate secured to bolts casted into the foundation. The base plate needs to match PCD dimensions of the bolts that are already casted in the foundation. Additional gussets shall be provided between the base plate and the mast. No steel used in the construction of the mast shall be less than 5 mm in thickness and all steel shall comply with the requirements of BS 4360 grade 43A.

The masts shall be of the scissor type with the lower half divided into two fully enclosed half

section which shall form an octagonal section in the operating position with no unsightly steps or protrusions. The pivot shall be located approximately at the mid-point of the mast and shall consist of two full length stainless steel sleeves. The material used in the pivot construction shall be of AISI grade 316L stainless steel. The pivoting half of the mast base section shall be securely bolted to the base plate by means of an adequately designed vandal proof securing system. A suitable framework or crossarms, for mounting of luminaires, shall be fitted to the top of the mast. The pivoting half of the base section shall be balanced in such a manner that the lowering can be done by one person using a nylon or stainless steel rope without additional equipment being required. A safety chain shall connect the pivoting half to prevent accidental lowering or damage to the trailing cable. The training cable shall be strapped to a galvanised or stainless steel wire rope affixed on the inside to the top and bottom of the mast.

An aperture shall be provided on the side of the mast base compartment to afford ample and

easy access to the equipment installed therein. The opening shall be fitted with a lockable, close fitting cover fully sealed against the weather. The perimeters of the opening shall be reinforced with fully welded sheet sections to restore the section modulus and to prevent buckling. Welding shall be in accordance with BS 135 and shall be carried out by qualified welders.

Each mast shall be provided with a bracket to mount the luminaires as specified. All ferrous parts of the mast shall be hot dipped galvanized after fabrication in accordance

with SABS 763. Each mast shall be provided with the following: - a gland plate suitable for three 4-core cables

C3.108

C-108

- one 30 ampere 5 kA triple pole isolator - four 10 ampere single pole 5 kA moulded case circuit breakers - terminal block to terminate cables - one earth stud. C3.6.6.2.1 Luminaire mounting carriage The luminaire mounting carriage shall be constructed from galvanized mild steel and shall be

provided with all the necessary brackets for the mounting of the luminaires, control gear and terminal boxes.

The carriage shall be designed to carry the weight of the luminaires and associated

equipment. C3.6.6.2.2 Lighting pole arrestor A pole lighting arrestor shall be installed on the top of the high mast to protect the luminaires

from direct lightning strikes. A "Copperweld" copper steel bi-metallic rod with a spindle on top shall be used for the lighting arrestor. The minimum length of the lighting arrestor shall be equal to the radius of the luminaire cluster with the luminaires installed.

The lighting arrestor shall be attached to the top column of the mast by means of two non-

ferrous mechanical clamps and bolts. A 70 mm² copper earth conductor shall be installed inside the mast. Cable lugs shall be crimped on either side of the earth conductor and the earth conductor shall be bolted to the earth bar and pole arrestor.

C3.6.6.2.3 Electrical connection to the luminaires The connection to the luminaires shall be by means of a suitable rated multicore trailing

cable. The cable shall have numbered cores with one green/yellow earth core. Each core shall be rubber insulated and the multicore cables shall be overall sheathed to give a circular form. The final sheath shall be of chloroprene. The cable shall be terminated in an adequately sized terminal box mounted on the luminaire mounting carriage from which the connections to the individual luminaires and ancillary equipment shall be taken. The cable shall be provided with an approved tension sock at the point of suspension.

C3.6.6.3 INSTALLATION The base of the mast shall be installed + 75 mm above the top of the foundation and lock

nuts shall be provided to secure the bolting-down bolts. The opening between the mast base and foundation shall be filled with a weak cement mixture and 4 small weep holes shall be provided.

C3.6.6.4 DRAWINGS The following drawings shall be submitted by the Contractor if required by the Engineer - (a) the mast detail. (b) the baseplate detail. (c) the luminaire mounting carriage showing clearly the mounting arrangement for the

luminaires and associated equipment detail. (d) the layout and mounting arrangements of all the equipment located in the base

compartment. (e) the construction and locking arrangement of the access panel.

C3.109

C-109

C3.6.7 STANDARD SPECIFICATION : STREET LIGHT POLES CONTENTS C3.6.7.1 SCOPE C3.6.7.2 STANDARDS C3.6.7.1 SCOPE This specification covers the requirements for the manufacturing, supply and delivery of

street light poles. C3.6.7.2 STANDARDS The latest edition, including all amendments up to date of tender of the following particular

and international specifications, publications and codes of practice shall be read in conjunction with this specification and shall be deemed to form part thereof:

(a) SANS 62-2 - Steel pipes and pipe fittings with a nominal internal diameter up

to 150 mm which is suitable for ISO R7 pipe screw thread. (b) SANS 657-1 - Steel tubes for general engineering purposes (c) SANS 121 - Hot dip (galvanized) zinc coatings (d) SANS 10160-1 - General procedures and loadings to be adopted for the design

of buildings (e) BS 4360 - Specification for weldable structural steels

C3.110

C-110

C3.6.8 STANDARD SPECIFICATION: LV METERING KIOSK, MINIATURE SUBSTATIONS, DISTRIBUTION KIOSKS AND PILLARS

CONTENTS

C3.6.8.1 SCOPE C3.6.8.2 MATERIALS C3.6.8.3 INSTALLATION C3.6.8.4 TESTS BEFORE ACCEPTANCE C3.6.8.5 MEASUREMENT AND PAYMENT C3.6.8.6 MINIATURE SUBSTATIONS C3.6.8.1 SCOPE

This specification covers the supply, installation, testing and commissioning of all material and equipment required for the service connections.

C3.6.8.2 MATERIALS C3.6.8.2.1 Cables

Service connection cables shall be in accordance with SANS 1507-3 and shall comprise of PVC insulated stranded copper conductors, PVC bedded, steel wire armoured and PVC sheathed.

C3.6.8.2.2 Cable terminations

Service connection cables shall be terminated either by means of mechanical glands with shrouds equal or similar to the Pratley gland on the cable gland plate provided or by means of K-clamps on the unistrut rail provided. The glands and K-clamps shall be suitable for the cable size specified.

C3.6.8.2.3 Consumer distribution kiosks (a) General

The kiosks shall be of adequate size to accommodate the number of outgoing consumer circuits specified.

The kiosks shall have two sections, namely:

(i) one section containing all incoming and outgoing switchgear and cables, and

(ii) one section containing the consumer meters and circuit breakers.

(b) Fabrication

The kiosks shall be fabricated from 3CR12 stainless steel of minimum thickness 2,5 mm and shall be mounted on a channel iron steel base.

A metal frame work, manufactured from solid angle iron, channel iron, or 2,5 mm 3CR12 folded sheet steel shall be mounted on the base of the kiosk. The kiosk shell shall be completely independent from the frame and equipment so that the kiosk shell can be removed and replaced without disconnecting any equipment. The kiosk shall be bolted down onto the base by means of four M16 high tensile bolts which shall be accessible from the inside of the kiosk only.

The kiosks shall be weatherproof, vermin and insect-proof and proved against tampering. To prevent the ingress of water onto live equipment, the door entry surrounds shall have a channel shape, at least 12 mm deep, to accommodate the door edge. A rubber or neoprene closer strip shall be so fitted to the edges of each door as to provide a seal to keep rain water and dust out of the kiosk.

The kiosk shall have a pitched roof that slopes downwards at the front and at the back with an overhang of at least 75 mm all round.

C3.111

C-111

The kiosks shall be fitted with a door in the front and at the back of the kiosk. The maximum width per door shall be 600 mm. The doors shall provide free access to the equipment and shall provide a full view of all meters. The doors shall have well returning edges to fit into the channel of the door entry surrounds. Each door shall have three robust solid brass hinges each of length at least 100 mm. The hinges shall be completely concealed. Doors shall be fitted with lever locks equal or similar to the "Barker & Nelson" type. The locking mechanism shall facilitate three point latching at the top, side and bottom of the doors. In the case of double doors the first door shall be locked with two slides on the inside onto the kiosk shell. The second door shall close over a lip on the first one. Nylon door restraints shall be provided. The fixing points of the restraints at the door and the canopy shall be reinforced. The doors shall be earthed bonded to the frame by means of a copper braided strap, tooth washers, bolts and nuts.

Ventilation louvres with approximate size 225 x 150 mm shall be provided on both sides of the kiosk. Each ventilation louvre shall be covered on the inside with perforated plates with 2,5 mm holes so that

- it is not possible to push a steel wire through it into the interior of the kiosk, and

- it prevents vermin from entering into the kiosk.

A mounting panel shall be positioned in the centre of each kiosk, fixed to the frame work, for the mounting of the specified equipment.

(c) Mounting panel

The mounting panel shall consist of a minimum 3 mm thick mild steel plate.

The one section of the panel shall be equipped with copper busbars mounted on porcelain or similar insulators and of sufficient length to accommodate three 12 mm brass bolts for the connection of distribution cables and six consumer meter connections per phase. The busbars shall be tinned after the drilling of holes. The busbars shall be able to carry 250 Ampere at a current density of not more then 1,5 A/mm. Each busbar shall be marked red, yellow and blue with black for the neutral bar. The busbars shall be able to withstand the thermal and dynamic forces resulting from short circuits without deformation taking place or parts breaking.

The specified consumer equipment shall be installed in the second section. The mounting panel and equipment shall be enclosed by a machine punched removable front panel through which the operating handles of the equipment and the face plates of the meters protrude.

(d) Equipment installed in kiosks

The equipment to be installed in the kiosks shall be as specified in the detail specification.

(e) Wiring of kiosks

The internal wiring in the kiosks shall be done with PVC insulated copper conductors. The wiring shall be done in neat horizontal and vertical columns. Each consumer circuit shall be wired from the phase busbars to the circuit breaker and from the circuit breaker to the meter.

Connections to busbars and terminals shall be done by means of cable lugs crimped in an approved manner to the conductor ends. Connections to the busbars shall be made by means of cadmium plated high tensile steel bolts and nuts with locking washers.

(f) Earthing

A 25 mm x 6 mm long tinned copper earth bar shall be installed at the bottom of the kiosk.

10 mm diameter holes shall be drilled through the earth bar to provide for the distribution cable and service cable earth conductors. All bolts used for the fixing of the earth conductors shall be cadmium plated and only one earth conductor shall be connected per bolt.

C3.112

C-112

The metal work of the kiosk shall be earthed to the earth bar by means of a 70 mm stranded copper conductor. An earth stud shall be provided on the kiosk housing for this purpose.

(g) Cable gland plate

The cables shall be terminated on a removable galvanised gland plate of suitable dimension and strength. The gland plate shall cover the full length of the kiosk.

The gland plate shall be at least 300 mm below the nearest terminal of switchgear allowing sufficient space for bending the cable ends. Sufficient space shall be provided underneath the gland plate to allow for the installation of the cables without removing the gland plate. The gland plate shall be earthed to the earthbar by means of a 70 mm stranded copper earth conductor.

(h) Terminal blocks

A terminal block of the "Klippon SAK" or equivalent type suitable for the termination of 16 mm stranded copper conductors shall be provided. Terminals shall be of the screw type and a terminal shall be provided for each service connection cable.

(i) Labels

The kiosks shall be supplied with the following labels:

(i) An aluminium label with 40 mm high letters and numeral indicating the kiosk number.

(ii) Engraved trafolite labels with 6 mm high numerals under each circuit breaker, meter, and terminal on the terminal block indicating the consumer stand number.

The labels shall have a white background and black letters. The 40 mm labels shall be fixed by means of rivets and the 6 mm high labels shall be inserted in 25 mm wide aluminium label holder mounted at the bottom of the relevant equipment.

(j) Danger signs

The requirements of Regulation C-52 of the Machinery and Occupational Safety Act No 6 of 1983 shall be complied with. All doors shall be fitted with a 150 x 100 mm Danger/Gevaar/Ingozi signs.

(k) Painting and finishing

(i) Post-weld cleaning and passivation of 3CR12:

Post-weld cleaning shall be undertaken on all welded areas. One of the following cleaning methods may be used to remove all surface discolouration and scale from welded areas.

Wire brushing: Where it is possible to remove the discolouration and detritus from weld areas by brushing, stainless steel wire brushes, that have not been used on other material other than 3CR12, may be used.

Grinding: Dedicated grinding wheels and discs based on alumina shall be used for the dressing of welds. The use of silicon carbide wheels and discs shall not be used.

Abrasive blast cleaning: The abrasive used shall be washed silica sand or alumina totally free of metallic iron, iron oxides or chlorides.

(ii) Chemical cleaning (pickling)

The pickling of 3CR12 shall be carried out using formulations based on nitric (HNO3) and hydrofluoric (HF) acid. Formulations based on hydrochloric acids shall not be used. Acids used shall conform to commercial purity standards.

C3.113

C-113

Where proprietary pickling formulations are used, the manufacturer's directions concerning the application procedures shall be strictly adhered to.

(iii) Passivation

The passivation of the 3CR12 shall be carried out as soon as possible after the post-weld cleaning has taken place. A solution made up of nitric acid shall be used for the passivation of the 3CR12. The solution shall be generously applied to the steel by brush, cloth, spray or dipping. Care shall be taken that the solution does not dry on the steel surface. The steel shall be thoroughly washed with clean cold water to remove all traces of the acid use.

(iv) General

The entire process of cleaning, pickling, passivation and neutralization shall be completed in one working day.

Tenderers shall submit full details of the post weld process their suppliers intend to use.

(v) Painting

All interior metal work shall be thoroughly de-rusted and degreased and shall be prepared for painting in accordance with SABS 064.

Immediately after cleaning with zinc chromate red oxide primer with a dry film thickness of 25 micrometre shall be applied in accordance with SABS 679. An intermediate enamel coat shall be applied to the primed surface and thereafter the finishing coat of white enamel paint shall be applied to the interior and "light stone", colour C37 SANS 1091 to the exterior.

The bases and under sides must be treated in an approved manner and finished with two coats epoxy-tar paint.

(l) Drawings and information

Tenderers shall submit full details of the cubicles offered with the following drawings with the tender

- a drawing indicating all dimensions of the kiosks

- a drawing indicating the dimensions of the plinth with fixing arrangements

- a drawing indicating the general internal equipment layout of the kiosks.

The successful tenderer shall, before the manufacturing of the kiosks commences, submit the final drawings to the Engineer for approval.

A schematic wiring diagram of the kiosk, as wired and colour coded, shall be submitted at the completion of the contract.

(m) Inspection

The successful tenderer shall allow the representative of the Engineer access to the manufacturer's works at all reasonable times to inspect the progress of the work and to witness all tests.

C3.6.8.2.4 Consumer distribution pillars

(a) General

The pillars shall be of adequate size to accommodate the distribution cables and outgoing circuits specified.

(b) Fabrication

The pillars shall be manufactured from 3CR12 stainless steel of minimum thickness 2 mm.

C3.114

C-114

The pillars shall be 300 mm wide, 300 mm deep and 1 300 mm high and shall be suitable for planting directly in the ground. The top lid of the pillar shall slide upwards for easy access to the equipment. Guides shall be welded to the shell of the pillar and the lid to prevent any contact with live terminals when the top lid is moved. Hinged panels shall be provided below the lid at the front and the rear of the pillar for easy access to connect the incoming and outgoing cables. The lid shall overlap the hinged panels when in position.

Ventilation of the pillar shall be provided by means of holes in the roof return of the pillar lids.

A mounting panel shall be positioned in the centre of the pillar for the mounting of the specified equipment.

(c) Equipment installed in pillars

The following equipment shall be installed in the pillars:

(i) 60 ampere 10 kA curve 1 type single pole circuit breakers.

(ii) P1000 unistrut rail with K clamps to connect the incoming and outgoing cables.

(iii) Three tinned copper busbars for the phase connections. The busbars shall be of sufficient length to accommodate three 12 mm brass bolts for the connection of distribution cables and four 8 mm bolts for consumer connections per phase.

(iv) A 25 mm x 6 mm tinned copper neutral bar.

(v) A 25 mm x 6 mm tinned copper earth bar.

(vi) Provision shall be made for suitable shrouds to cover all live terminals in the pillar so that no live parts are exposed when the lid of the pillar is moved into the open position.

(d) Wiring of the pillars

The internal wiring in the pillar shall be done with 16 mm PVC insulated copper conductors. Each circuit breaker shall be individually wired.

Connections to busbars and terminals shall be done by means of cable lugs crimped in an approved manner to the conductor ends. Connections to the busbars shall be made by means of cadmium plated high tensile steel bolts and nuts with locking washers. The busbars shall be predrilled with holes for the connection of the distribution cables and service connection cable conductors. Only one conductor shall be corrected to a bolt. The steel wire armouring of each of the cables shall be bonded to the earth bar.

(e) Labels

The pillars shall be supplied with the following labels:

(i) An aluminium label with 40 mm high letters and numeral indicating the pillar number.

(ii) Engraved trafolite labels with 6 mm high numerals under each circuit breaker, meter, and terminal on the terminal block indicating the consumer stand number.

The labels shall have a white background and black letters. The 40 mm labels shall be fixed by means of rivets and the 6 mm high labels shall be inserted in 25 mm wide aluminium label holder mounted at the bottom of the relevant equipment.

(f) Danger signs

The requirements of Regulation C-52 of the Machinery and Occupational Safety Act No 6 of 1983 shall be complied with. All doors shall be fitted with a 150 x 100 mm Danger/Gevaar/Ingozi signs.

(g) Finishing

C3.115

C-115

(i) Post-weld cleaning and passivation of 3CR12

Post-weld cleaning shall be undertaken on all welded areas. One of the following cleaning methods may be used to remove all surface discolouration and scale from welded areas.

Wire brushing: Where it is possible to remove the discolouration and detritus from weld areas by brushing, stainless steel wire brushes, that have not been used on other material other than 3CR12, may be used.

Grinding: Dedicated grinding wheels and discs based on alumina shall be used for the dressing of welds. The use of silicon carbide wheels and discs shall not be used.

Abrasive blast cleaning: The abrasive used shall be washed silica sand or alumina totally free of metallic iron, iron oxides or chlorides.

(h) Chemical cleaning (pickling)

The pickling of 3CR12 shall be carried out using formulations based on nitric (HNO3) and hydrofluoric (HF) acid. Formulations based on hydrochloric acids shall not be used. Acids used shall conform to commercial purity standards. Where proprietary pickling formulations are used, the manufacturer's directions concerning the application procedures shall be strictly adhered to.

(i) Passivation

The passivation of the 3CR12 shall be carried out as soon as possible after the post-weld cleaning has taken place. A solution made up of nitric acid shall be used for the passivation of the 3CR12. The solution shall be generously applied to the steel by brush, cloth, spray or dipping. Care shall be taken that the solution does not dry on the steel surface. The steel shall be thoroughly washed with clean cold water to remove all traces of the acid use.

(j) General

The entire process of cleaning, pickling, passivation and neutralization shall be completed in one working day.

Tenderers shall submit full details of the post weld process their suppliers intend to use.

C3.6.8.2.5 Drawings and information - Consumer distribution pillars and kiosks

Tenderers shall submit full details of the Consumer distribution kiosks and pillars offered with the following drawings with the tender:

- a drawing indicating all dimensions of the pillar & kiosk

- a drawing indicating the general internal equipment layout of the pillar & kiosk

The successful tenderer shall, before the manufacturing of the pillar/kiosk commences, submit the final drawings to the Engineer for approval.

A schematic wiring diagram of the kiosk/pillar, as wired and colour coded, shall be submitted at the completion of the contract.

C3.6.8.2.6 Watt-hour meters

All meters shall be equal or similar to the Sangamo or GEC type watt-hour meters.

The meters shall be rated for a maximum current of 80A and shall be capable of continuously carrying 20 amperes at the supply voltage of 231 volts.

C3.116

C-116

The meters shall be supplied with a bakelite case and a clear polycarbonate or makrolon cover.

The current and voltage windings of the meter shall be fully encapsulated.

The meters shall be fully temperature compensated and shall be provided with a magnetic suspension bearing system.

Every meter shall bear the following information on the nameplate

- manufacturers name and trade mark

- designation of type

- number of phases and wires for which the meter is suitable

- serial number and year of manufacture

- reference voltage

- basic current and rated maximum current

- reference frequency

- constant of the meter in rev/kWh

- class index

- BS standard.

All meters shall be subjected to accuracy tests in accordance with BS 5685 : 1979 and test certificates indicating the test results of each meter shall be submitted to the Engineer on delivery of the meters.

C3.6.8.2.7 Cable sleeves

The pipes for the sleeving of the service connection cables for the road crossings shall be of 100 mm Dia UPVC or pitch fibre pipes.

C3.6.8.2.8 Consumer distribution kiosk plinths

The plinths and underbases where specified shall be of the precast concrete type equal or similar to the products supplied by Salberg Concrete Products (Pty) Ltd.

All surfaces and edges of the plinths shall be free from imperfections, cracks and chips. The plinths shall be of dimensions specified in the detailed specification and on the drawings and shall have four galvanised bolts with transverse reinforcing to hold the bolts in the concrete cast in the plinth.

The wall thickness of the plinths shall not be less than 75 mm.

C3.6.8.3 INSTALLATION C3.6.8.3.1 Excavation for trenches and backfilling

The excavation of the trenches for the service connection cables shall be undertaken by the Electrical Contractor.

The Electrical Contractor shall undertake all hand excavation required where excavation by means of machines cannot be undertaken due to limited access and the proximity of other services, miniature substations and kiosks.

The Electrical Contractor shall trim the trenches and clean up the bottom of the trenches after completion of the required excavation. Cables shall not be laid until the trenches have been approved by the Engineer.

C3.6.8.3.2 Consumer distribution kiosks and pillars

C3.117

C-117

The concrete plinths for the kiosks shall protrude at least 300 mm above finished ground level. It shall be the Contractor's responsibility to determine the finished ground level where the roads, kerbing and pavement areas have not been completed. Where possible the contractor shall install the plinths and kiosks when the service connection cables are installed.

The distribution pillar shall be buried directly in the ground 100 mm off the stand boundary.

Doors and access flaps shall open along the boundary line.

C3.6.8.4 TESTS BEFORE ACCEPTANCE

After the completion of the installation the relevant tests as specified in sub clause 3.14 of Section 3 shall be carried out.

C3.6.8.5 MEASUREMENT AND PAYMENT

Item Unit

C3.6.8.5.1 Transformers No.

a) Supply and install fully equipped 100kVA 3.3kV/400V Transformer

The unit of measurement shall be the number of Transformers supplied and

installed.

The tendered rate shall include full compensation for supplying and installing

the transformer including foundations, excavations, removal of old

transformer and foundations, siting, handling, transporting, testing, painting,

commissioning, compacting, mounting brackets and disposal of the surplus

material once the transformer has been installed including all costs to ensure

a functional working solution.

Item Unit

C3.6.8.5.2 Supply service connection cable m

The unit of measurement shall be the length in metres of service connection cables supplied.

The tendered rate shall include full compensation for the supply and delivery of the cable to site.

Item Unit

C3.6.8.5.3 Install service connection cable m

The unit of measurement shall be the length in metres of service connection cable laid.

The tendered rate shall include full compensation for the handling, inspection, laying, cutting and testing the cable. Cables will be measured linearly over all lengths laid.

Item Unit

C3.6.8.5.4 Terminate service connection cable No.

The unit of measurement shall be the number of service connection cable terminated.

C3.118

C-118

The tendered rate shall include full compensation for providing the cable glands and shrouds and for the cost of handling, fitting and cutting the cable and for connecting the conductors to the terminal block, neutral bar and earth bar.

Item Unit

C3.6.8.5.5 Capping service connection cable No.

The unit of measurement shall be the number of service connection cable capped.

The tendered rate shall include full compensation for supplying the heat-

shrink capping material and for capping.

Item Unit

C3.6.8.5.6 Miniature substations No.

a) Supply and install fully equipped 200kVA Mini-Substation

3.3kV/400V

b) Supply and install fully equipped 315kVA Mini-Substation - 11/6.6kV-

3.3kV (Dual Ratio)

c) Supply and install fully equipped 315kVA Mini-Substation - 11/6.6kV-

3.3kV (Dual Ratio)

d) Supply and install fully equipped 315 kVA Mini-Substation

11kV/3.3kV

e) Fully equipped 315 kVA Mini-Substation 11/6.6kV/400V (Dual Ratio)

The unit of measurement shall be the number of Miniature substations

supplied and installed.

The tendered rate shall include full compensation for supplying and installing

the Miniature substation including foundations, excavations, removal of old

miniature substation and foundations, siting, handling, transporting, testing,

painting, commissioning, compacting and disposal of the surplus material

once the miniature substation has been installed.including all costs to ensure

a functional working solution.

f) Mini-sub Maintenance (incl. LV Compartment Conformance to SANS safety.requirements)

Item Unit

C3.6.8.5.7 Supply and install distribution board No.

The unit of measurement shall be the number of distribution boards supplied and installed.

The rate shall include full compensation for the supply and installation of the distribution board complete as specified. The tendered rate shall allow for supplying, handling, transporting, installing, painting, testing and

C3.119

C-119

commissioning of each Mast distribution board including all costs to ensure a functional working solution.

Item Unit

C3.6.8.5.8 Supply and install distribution kiosk No.

The unit of measurement shall be the number of distribution pillars supplied and installed.

The rate shall include full compensation for the supply and installation of the distribution kiosk complete as specified. The tendered rate shall allow for supply, handling, transporting, installing, painting, testing and commissioning of each kiosk including all costs to ensure a functional working solution. The rate shall also allow for supply and installation of precast concrete plinths for the kiosk including excavation for the installing of the kiosk and the backfilling, compacting and disposal of the surplus material once the kiosk has been installed.

Item Unit

C3.6.8.5.9 Welding and Strapping of Access Points No.

a) Supply and install: Welding of access points on poles (5m to 20m)

b) Supply and install: Welding of access points on masts (20m to 40m)

c) Supply and install: Strapping of access points on poles (5m to 20m)

The unit of measurement shall be the welding of access points on the

number of poles/masts.

The tendered rate shall include full compensation for supplying of material

for the welding of access points, cutting/grinding off access points, strapping

of access points including any other costs to ensure a functional working

solution.

Item Unit

C3.6.8.5.10 Labelling No.

a) Supply and install: Labelling of Poles and Masts

The unit of measurement shall be the labelling of the number of poles and

masts.

The tendered rate shall include full compensation for supplying and

C3.120

C-120

installation of labelling on the poles and masts including any other costs to

ensure a functional working solution.

Item Unit

C3.6.8.5.11 Pole Covers No.

a) Supply and Install: 6mm pole covers (for 20m to 40m masts)

b) Supply and Install: 4mm pole covers (for 5m to 20m poles)

The unit of measurement shall be the installation of pole covers points on

the number of poles/masts.

The tendered rate shall include full compensation for supplying and

installation of pole covers on to the poles including any other costs to ensure

a functional working solution.

C3.6.8.6 STANDARD SPECIFICATION: MINI-SUBSTATIONS C3.6.8.6.1 GENERAL

(a) Minisubs shall in general comply with the Standard Specification. Unless

otherwise approved by the Engineer, all parts and components shall comply with SANS 1029 specifications.

(b) Minisubs shall be suitable for outdoor use and shall be divided into three

compartments, namely: 1) HV switch compartment 2) Transformer compartment 3) LV compartment

(c) The high voltage and low voltage cubicles of all minisubs to be used at coastal or high corrosive areas shall be manufactured of fibre-glass. In such cases all metal work of the transformer tank shall be specially treated and protected against corrosion.

(d) All live connections shall be completely tamper-proof. The HV and LV cables

shall enter their respective compartments from below. (e) The low voltage compartment shall be divided into a front and a rear sections:

The front section for housing the circuit breakers, meters and street-lighting control units and the rear section for housing busbars, bushings, cable end boxes, glands, terminal blocks and all connections. The rear section shall, however, be easily accessible on site, either by means of a removable cubicle or a rear door or a hinged panel. A separate street-lighting control compartment where required, is preferred.

(f) Access to the high voltage and low voltage compartments shall be gained only by

means of locked doors. Suitable tamper-proof locks shall be provided. The doors shall be provided with top and bottom locking pins. The successful Contractor shall obtain the Engineer's approval for the type of locks and locking system before manufacturing the minisub cubicles. Doors of the high voltage

C3.121

C-121

compartments shall be opened with one master key and doors of the low voltage compartments shall be opened with another master key. Five sets of master keys shall be supplied for all locks and handed over to the Engineer. The lock mechanism shall have lock guards similar to existing Mini-substations on Sanral roads.

(g) The separate compartments of the miniature substation shall be mounted on a

galvanized and bitumen painted channel iron base in such a way that any compartment can be removed without disturbing other compartments. Each compartment shall form a completely separate steel enclosed unit.

(h) The channel iron base shall be provided with the open end of the channel facing

the outside. The channel iron base shall be sufficiently rigid to prevent any movement or distortion of the base or of any metal panels when the substation is lifted and handled as a complete unit.

(i) Suitable lifting lugs shall be provided to facilitate the lifting of the minisub as a

complete unit (with roof removed) or to lift any separate compartment or component, e.g. the ring main unit or the transformer.

(j) The complete Minisub shall be covered with a single sheet steel roof. (k) All bolts, nuts, washers, contacts, terminals and other electrical parts and

connections shall be properly treated against corrosion. Where equipment is used in highly corrosive areas, e.g. coastal areas and others, special care shall be given to the treatment of equipment.

(l) The HV and LV cubicles shall be provided with adequate cross ventilation holes

to prevent condensation, in such a manner that foreign objects cannot penetrate the interior.

C3.6.8.6.2 High Voltage Compartment

(a) An SF6 ring main unit consisting of two isolators and one switch fuse unit shall be

provided and housed in the high voltage compartment and shall comply with SANS 1874.

(b) The ring main unit shall be bolted onto the minisub frame. (d) The fuses to be supplied shall be suitable for the protection of the minisub

transformer. (e) All minisubs shall be supplied with one set of spare fuses. The spare fuses shall

be housed in the HV compartment by means of suitable brackets or clamps. (f) The switch fuse unit shall be earthed to the steel frame of the minisub and to

the transformer tank by means of 70mm² bare stranded copper conductor. An earth bar is to be mounted in the HV compartment. This bar is to be connected to the earth bar in the LV compartment by means of a 70mm² bare stranded copper conductor. The HV earth bar shall also be connected to the trench earth.

(g) A suitable oil level sight glass or indicator shall be provided and fitted and shall be

so positioned that it is clearly visible with the doors of the high voltage compartment opened.

(h) Suitable cable end boxes shall be provided on both isolator units, where paper

insulated lead covered cables are to be terminated by means of compound filled cable boxes. Tender prices shall also include for the necessary oil or compound for the filling of the cable boxes.

2.10 Tender prices for miniature substations shall include for the provision of

C3.122

C-122

galvanized unistruts across the channel iron frame, as well as suitable cable support clamps to clamp and support the incoming high voltage cables. The point of support shall be above the top level of the minisub foundation.

C3.6.8.6.3 Transformer in Transformer Compartment

(a) Number of phases : Three (b) Type of load : 315 or 200kVA (pending on requirement) (c) No-load voltage ratio on nominal tap : 11/6.6kV/400V (d) Vector diagram : Dyn 11 (e) Frequency : 50 Hz (f) Type of windings : Double wound (g) Ambient temperature : The transformers shall be suitable for the site

conditions specified. (h) Tappings : An externally operated off-load tap changing

switch shall be provided, enabling the primary voltage to be varied from 95% to 105% in five steps. Tapping switches shall be insulated for full line voltage between tappings. Means shall be provided to prevent inadvertent operation of the tap changing switch. Padlocks are not favoured. The tap changing switch shall be housed in the low voltage compartment and shall be easily accessible.

(i) Primary terminal arrangement : Three shedded bushings suitable for minisub

use. (j) Secondary terminal arrangement : Four shedded bushings suitable for minisub

use. (k) Type of cooling : ONAN (l) Tank fittings required : The following transformer accessories shall be

provided: 1) Oil filling plug 2) Oil drain valve

(m) Tank : Unless otherwise specified, sealed

transformers shall be provided for miniature substations.

(n) Transformer losses : Low loss transformers to be provided. Loss

figures shall be submitted with tenders and shall be guaranteed.

(o) Impedance voltage : Approximately 4% on the nominal tapping.

C3.6.8.6.4. Low Voltage Compartment

(a) Equipment Mounting Frame

A suitable steel mounting frame or panel shall be provided to mount the ammeters, voltmeter, fuses, switches, circuit breakers, contactors and other

C3.123

C-123

equipment specified. Unless specifically approved by the Engineer, the use of hardboard, pressed wood or similar products to mount equipment on, will not be acceptable. All live parts shall be screened by means of perspex or metal sheet for protection against inadvertent contact.

(b) Busbars

1) The busbar rating shall be suitable for the size transformer specified. The

feeders between the transformer and the busbars shall have a current rating equal or higher than the busbars.

2) The cross-section area of the neutral busbar shall be the same as the

cross-section area of the phase busbars. 3) All busbars shall be fully screened to prevent accidental contact.

(c) Fault Rating of Equipment

The fault rating of the busbars, circuit breakers and other equipment in the low voltage compartment shall be determined by the rating and impedance of the transformer used.

(d) Metering Equipment

Each miniature substation shall be provided with the following: 1) Three combined indicating and 15 minute maximum demand flush-

mounted 96 mm square ammeters. The ammeters shall be suitable for operation from current transformers with 5A secondary windings. Scale plates shall be provided as follows : a) 200 kVA minisubs : 0- 300A plus 20% extended scale b) 315 kVA minisubs : 0- 500A plus 20% extended scale c) 400 kVA minisubs : 0- 600A plus 20% extended scale d) 500 kVA minisubs : 0- 800A plus 20% extended scale e) 630 kVA minisubs : 0-1000A plus 20% extended scale Each ammeter shall be clearly and permanently marked with the appropriate phase colour.

2) One flush-mounted 96 mm square voltmeter with scale 0 to 550 V

complete with selector switch. 3) kWh Meters for consumer service connections if applicable. 4) Combined kVA/kWh meters similar to Sangamo CYLP meters for

consumer service connections if applicable. (e) Current Transformers

1) Current transformers shall be used for the ammeters and combined

kVA/kWh meters. 2) Rating and diagram plates for current transformers shall be provided. 3) Current transformers shall be properly installed and mounted. 4) Class 1,0 current transformers in accordance with BS 3938.

The following ratios shall be provided:

C3.124

C-124

a) 200 kVA minisubs : 300/5 A b) 315 kVA minisubs : 500/5 A c) 400 kVA minisubs : 600/5 A d) 500 kVA minisubs : 800/5 A e) 630 kVA minisubs : 1000/5 A

5) The VA rating of current transformers shall be sufficient to drive all

metering equipment connected. (f) Surge Arresters

Unless otherwise specified, three suitable low voltage surge arresters shall be provided and installed, one on each of the low voltage phase busbars. The surge arresters shall comply with the following minimum requirements : a) Rated voltage : 440V rms minimum b) 50 Hz sparkover voltage : 1500V rms maximum c) 1,2/50 microsecond pulse : 2000V peak maximum Surge arresters shall comply with SABS 171. The surge arresters shall be solidly connected to the earth bar by means of stranded copper conductor or copper bar with a minimum cross-sectional area of 35mm².

(g) Moulded Case Circuit Breakers (MCCB's)

1) All MCCB's shall carry the SABS mark in terms of SABS 156. 2) Mechanically coupled single-pole circuit breakers used as double or triple

pole circuit breakers are not acceptable. 3) The fault rating of any MCCB shall not be less than the fault rating of the

associated busbars to which it is connected. 4) Solid aluminium core cables may be used. Where the MCCB terminals are

insufficient to house the specified cable size and lug physically, suitable tinned copper extension bars shall be provided.

(h) Outgoing Circuits

1) The miniature substations shall be complete with the outgoing circuit

breakers, meters and metering equipment, contactors, cable glands and gland plates, wiring and connections, terminal strips, etc.

2) The outgoing circuits shall be connected to the phases as shown on the

drawings, or as specified. 3) If consumer service connections through meters and/or single phase circuit

breakers are required, then terminal strips shall be provided for these circuits. All these circuits shall be completely wired up to the terminal strips to ensure that all cables to be installed on site, can be easily connected.

4) If aluminium core cables are used, then the three-pole circuit breakers shall

be fitted with suitable tinned copper terminal extensions onto which the aluminium core cable lugs can be bolted.

(i) Terminal Strip

1) Terminal strips are required for consumer connections, where applicable.

C3.125

C-125

2) The terminals of the terminal strip shall be large enough to house the cores of the outgoing cables. Solid aluminium core cables can be used.

3) Terminals shall be approved by the Engineer. Full details shall be

submitted at the time of tendering. 4) All terminal connections shall be placed in easily accessible positions. 5) All phase, neutral and earth connections shall be wired to terminals by the

manufacturer. 6) The terminal strip shall be mounted not less than 200mm above the gland

plate and the terminals to be connected to a cable shall be above the specific cable gland as shown on the drawing.

7) Each terminal shall have a colour identification tag to show whether it is

connected to "Neutral" or "Red", "Yellow" or "Blue" phases. 8) Each terminal shall also be provided with an engraved ivory tab with the

stand number. (j) Switches and Selector Switches

1) The fault level of the switches and selector switches shall be equivalent to

or higher than the fault level at the associated busbar, unless protection fuses are used in the circuits.

2) The voltmeter or ammeter selector switch shall be mounted directly below

the associated volt or ammeter. (k) Combination Fuse Switch Units

1) All components shall be capable of continuously carrying rated normal

current without excessive temperature rise. (l) High Rupturing Capacity Fuses and Fuse Holders (m) Contactors and Relays (n) Earthing

1) A pre-drilled tinned copper earth bar of suitable dimension shall be

mounted above the gland plate or in a suitable position in the LV compartment.

2) The neutral bar shall be solidly connected to the earth bar by means of a

70mm² bare stranded copper conductor. This earth bar shall also be connected to the trench earth system.

3) The armouring of all cables shall be properly bolted to the earth bar by

means of suitable lugs. (o) Cable Glands and Clamps

1) Minisubs can be provided with gland plates complete with glands or

Unistrut P4000, complete with one-piece cable clamps with rear pressure shoes.

2) All gland plates shall be galvanised steel or tinned copper complete with

the correct size of glands for the cables.

C3.126

C-126

3) All unistruts and clamps shall be galvanised. 4) Suitable glands similar to the Pratley compression type glands shall be

used to ensure that the armouring of the cables can be taken through the glands and connected to the earth bar.

5) Gland plates shall be pre-drilled before galvanizing to terminate the

specified quantities, types and sizes of cables. (p) Labels

1) Where consumers are supplied from minisubs, then the stand numbers

shall be labelled on the terminals, meters and circuit breakers. 2) Each cable shall be clearly marked by means of an aluminium tag or other

suitable permanent means with the stand number or cubicle number supplied by the cable. This tag shall be fixed to the cable in a visible position close to the cable gland or clamp.

C3.6.8.6.5. Street-Light Compartment (where required)

The street-light compartment shall house the equipment specified in the detail specification and/or drawings, but shall in general consist of the following: a) A three-pole contactor with minimum rating of 60A and with coils suitable for

operation at a nominal voltage of 231V, 50Hz, and in compliance with IEC 158/1 and/or BS 775.

b) A three-phase circuit breaker unit with 60A fuses to protect the contactor. c) All wiring required for the switching of the contactor by means of an externally

mounted photocell; or d) Sufficient space and all wiring to be provided for the mounting of a ripple control

relay; e) A photocell bypass switch. f) Three-pole or single pole MCCBs to protect the street-light supply circuits. g) A suitable terminal block for the connection of street-light circuits and photocell

circuit. h) All wiring required to complete the installation up to the terminal blocks.

C3.6.8.6.6. Installation and Erection

(a) Contractors shall tender for the complete erection of the miniature substations,

including the making-off and termination of all high voltage and low voltage cable ends, the positioning and mounting of the high voltage ring main switch fuse unit and including the supply of all materials for and the casting of the concrete plinth.

(b) CONCRETE PLINTH

The mini-substation shall be mounted on a concrete plinth. The plinth shall be cast on site. The contractor shall issue to the engineer a detailed plinth drawing suitable for each type of mini-substation supplied.

The top of the plinth shall protrude at least 200mm above the final surrounding, ground level. The concrete plinth shall protrude approximately

C3.127

C-127

100mm beyond the edges of the mini-substation to form an apron.

The concrete apron and plinth shall be wood float finished and shall slope from the base to permit rain water runoff. A 3mm thick gasket of approved material shall be inserted between the mini-substation and the concrete surface. The gasket shall be as wide as the base of the minisub.

Cable ducts shall be provided in the plinth to accommodate all the incoming and outgoing cables. The cable ducts shall be sealed to prevent entry of rodents. The sealing shall be easily removable in the event of future cable work and may consist of a layer of 10:1 sand and cement mix, approximately 10mm thick, and finished flush with the top of the concrete plinth.

On sloping ground where the above requirements cannot be met, approved methods shall be employed to the satisfaction of the Engineer. In such cases the Contractor shall ensure that the plinth is buried at least 250mm all round.

(c) The Contractor shall inform the Engineer or his duly authorised representative to

inspect and approve these concrete plinths after they have been put in position and before the minisubs are placed in position. All plinths shall be completed and approved before any minisub is placed in position. A malthoid or other suitable moisture barrier layer shall be provided and installed between the minisub frame and the foundation. The minisubs shall be bolted to the plinths.

(d) The concrete plinths shall be neatly finished after erection of the minisubs. (e) The minisubs shall be erected on pavements in the positions as indicated on the

drawings. The minisubs shall be erected parallel with the stand boundaries and shall be at least 0,2 metres away from the boundary or to suit the type of minisub.

(f) The armouring of low voltage cables shall be terminated into crimped lugs and

bolted onto the earth bar. In the case of cables with copper earth continuity conductors all such conductors shall be taken through to the earth bar. Where cables with only steel armouring conductors, or only aluminium strip armouring are provided all steel or aluminium shall be taken through to the earth bar. When CNE cables are used the armouring (neutral) shall be terminated onto the neutral bar.

(g) When aluminium core low voltage cables are used, suitable tinned copper or

aluminium lugs with "Densal" paste shall be used for the terminations. Aluminium core cables shall be terminated in the lugs by means of deep indent crimping. Methods whereby the core itself (with solid core cables) is formed into a lug will be accepted if approved by the Engineer.

(h) The costs for the supply and delivery of all lugs and paste shall form part of the

price for the erection of the minisubs. (i) All paper insulated cables shall be wiped unless other suitable termination

arrangements are approved by the Engineer. A stranded copper earth conductor shall be provided in the cable wipe or termination and shall be connected to an earth point.

(j) Cross-linked polyethylene cables shall be made off with suitable terminating kits

recommended by the cable manufacturer. These cables shall be properly clamped with wooden blocks fixed to the switchgear.

(k) The minisub earth bar, HV ring main unit and transformer tank shall be connected

to the substation or system earth.

C3.128

C-128

(l) In coastal or high corrosion areas the cable glands shall be properly taped with a suitable tape where the low voltage cables enter into the glands. The supply and delivery of the tape shall be included in the prices for erection of minisubs.

(m) The floors of the low voltage and high voltage compartments shall, after complete

erection of minisubs and after all the cables have been made off, be levelled and finished off with a weak cement mixture.

(n) Each minisub shall be provided with a name or number designation label with

lettering at least 40mm high. Detail of the wording shall be obtained from the Engineer.

(o) Suitable vermin-proofing shall be provided.

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL

FIVE REGIONS IN THE GAUTENG PROVINCE

- C3.7: MODIFICATIONS TO THE STANDARD COLTO CONDITIONS

C3.7.1 PM0302 GENERAL REQUIREMENTS

Under paragraph (e) Cellular phone include the following after the first sentence:

“The personnel shall be equipped with a cell phone for the Employer’s ITIS Mobile application, with the following specification:

Operating System: Android or Apple iOS

Camera resolution: 5 Mega Pixel or Greater

Screen Resolution: Greater or equal to 320 x 480 pixels

GPS: Must have GPS facility, with Geo Tagging facility for images

Data Connection: 3G or greater.

In addition, the same requirement of a cell phone shall apply to the subcontracts involving subcontractors which costs shall be included in their subcontracts.”

C3.129

C-129

COLTO SERIES 1000: GENERAL SECTION B1100: DEFINITIONS AND TERMS B1115 GENERAL CONDITIONS OF CONTRACT Replace Clause 1115 with the following: The General Conditions applicable to this Contract are the FIDIC Conditions of Contract

for Construction for Building and Engineering Works designed by the Employer, 1st Edition 1999.

Accordingly, all reference in the Standard Specifications to any other General Conditions

of Contract (GCC) has to be amended. The Standard Specifications have been scrutinized and clauses which refer to another GCC identified. These are tabulated below together with the relevant equivalent clause in the FIDIC Conditions of Contract. The context of the reference to the GCC is also noted.

Whereas every effort has been made to include all of the affected clauses in the table,

there may be some omissions. In every case, however, the FIDIC Conditions of Contract for Construction, as amended by the Particular Conditions of Contract in Part C1.2 of this Volume, shall apply and the contractor shall be responsible for interpretation of the equivalent clause

CHANGES TO REFERENCES BY THE COLTO STANDARD SPECIFICATIONS TO THE COLTO GENERAL CONDITIONS OF CONTRACT AND FIDIC GENERAL CONDITIONS

COLTO Standard Specification

COLTO General Conditions of Contract 1998 (GCC)

FIDIC Conditions of Contract for Construction

1st edition 1999

Clause No

Page No

Clause No

Description or Reference Clause No

Description or Reference

1115 1100-2 Definition of GCC Definition of FIDIC

1204 1200-2 15 Construction programme 8.3 Construction programme

1204 1200-2 General reference to GCC Applicable to FIDIC

1206 1200-3 14 Setting out of works 4.7 Setting out of works

1209(a) 1200-4 General references to GCC Applicable to FIDIC

1209(e) 1200-5 52(2) Valuation of material brought onto site

14.5 Plant and material intended for use in the works.

1210 1200-5 54(1) Certificate of practical completion 10.1 Taking-over certificate

1212(1) 1200-7 49(2) CPA on alternative designs 13.8 CPA on alternative designs

1215 1200-9 45(2) Extension of time for completion due to abnormal rainfall.

8.4 Extension of time for completion due to abnormal rainfall.

1217 1200-10 35 Care of the works 17.2 Care of the works

1303(ii) 1300-1 General reference to GCC Applicable to FIDIC

1303(iii) 1300-1 49 Price adjustment Item 13.01(a) 13.7&13.8

Price adjustment Item 13.01(a)

1303(iii) 1300-2 49 Price adjustment Item 13.01(b) 13.7&13.8

Price adjustment Item 13.01(b)

1303(iii) 1303(iii)

1300-1 1300-2

53 53

Variations exceeding 20% Variations exceeding 20%

Not applicable to this contract Not applicable to this contract

1303 1300-2 12 Payment Item 13.01(c) 8.1 Payment Item 13.01(c)

1303 1300-2 45 Payment Item 13.01(c) 8.4 Payment Item 13.01(c)

1403(c)(ii) 1400-4 40(1) Variation for rented accommodation 13.3 Variation for rented accommodation

1505 1500-3 40(1) Variation for temporary drainage 13.3 Variation for temporary drainage

Item 15.08 1500-8 48 Payment of Provisional Sum 13.5 Payment of Provisional Sum

Item 15.09 1500/8 48 Payment of Provisional Sum 13.5 Payment of Provisional Sum

Item 15.11 1500-8 48 Payment of Provisional Sum 13.5 Payment of Provisional Sum

Note (2) 3100-4 40 Payment for prospecting for materials 13.5 Payment for prospecting for materials

C3.130

C-130

COLTO Standard Specification

COLTO General Conditions of Contract 1998 (GCC)

FIDIC Conditions of Contract for Construction

1st edition 1999

Clause No

Page No

Clause No

Description or Reference Clause No

Description or Reference

3204(b)(iii) 3200-2 40 Payment for oversize material 13.3 Payment for oversize material

3303(b) 3300-2 2 Engineer’s decisions, with reference to materials classification

3 Engineer’s decisions, with reference to materials classification

Item 44.06 4400-3 General reference to GCC, PC Sums 13.5 Provisional Sums in FIDIC

Item 45.06 4500-3 General reference to GCC, PC Sums 13.5 Provisional Sums in FIDIC

5803(c) 5800-3 40 Variation, for landscaping 13.3 Variation, for landscaping

5805(d) 5800-4 40 Variation, for grassing 13.3 Variation, for grassing

Item 58.10 5800-10 48 Payment for Extra Work 13.5 Payment for Extra Work

8103(c) 8100-1 40 Variation, for testing material 13.3 Variation, for testing material

Item 81.02 8100-26 General reference to GCC, Provisional Sums

Applicable to FIDIC, Provisional Sums

Item 81.03 8100-26 22 Clearance of site on completion, with reference to core drilling

11.11 Clearance of site on completion, with reference to core drilling

B1155 WORK IN RESTRICTED AREAS Add the following: “Any omission of payitems from the pricing schedule with regard to additional or extra

over payment for work in restricted areas should be regarded as deliberate and any additional cost incurred shall be included in the bulk rates tendered. (Refer also to clause B1209(g))”

Add the following clauses: “B1156 OTHER DEFINITIONS The COLTO Standard Specifications for Roads and Bridge Works for State Road

Authorities (1998 edition) has been written for all contractors, employers and engineers. Similarly, the works and the site are not defined and the general nature of the entities and elements that collectively constitute construction under a contract are characterized by the use of lower case letters throughout.

These project specifications continue to use lowercase spellings in order to avoid the

appearance of the capitalised and non-capitalised words to describe or prescribe the same elements of work required on this project. However, for the purposes of this contract the following definitions shall apply:

Contractor The Contractor and the contractor is the same persona defined under clause 1.1.2.3 of

the FIDIC Conditions of Contract, but who will only be formally identified by the completed Form of Acceptance C1.1.2 in this document and which will be bound into the final contract document.

Employer The Employer and employer is the same persona and is defined in C1.2.2 Contract Data,

and clause 1.1.2.2 of the FIDIC Conditions of Contract. Engineer The Engineer and engineer is the same persona and is defined in the C1.2.2 Contract

Data, and clause 1.1.2.4 of the FIDIC Conditions of Contract. Site The site is defined in clause 1.1.6.7 of the FIDIC Conditions of Contract. It is bound by

the limits of construction as shown in the drawings or the title of the project and extends to also include the following:

Areas outside the construction zone areas where accommodation of traffic is placed.

C3.131

C-131

All borrowpits defined in the applications approved by the relevant Department of Minerals and Energy.

All haul roads constructed by the contractor for purposes of access.

Any non-adjacent sites specified in the contract documentation.

The contractors and his subcontractors camp sites Prime cost An amount allowed for an item or services for which actual details of the scope of work

are not defined at tender stage. Payment is made on the production of invoices showing the actual cost after implementation or installation. Services rendered in this manner carry a mark-up for which a rate is offered at tender stage to cover all the tenderer’s costs and profit in providing the item or services.

Provisional Sum An amount allowed for an item and its extent of which is alluded to in the Pricing

Schedule, the Scope of Work or elsewhere, but of which the quantity of work is not known.

B1158 SABS SPECIFICATIONS

Where reference is made in this specification or the standard specifications to SABS specifications, the latest published national standard shall be applicable. Use: https://www.sabs.co.za/content/uploads/files/SABS%20Catalogue%20February%202012%20(abridged).pdf for the most up-to-date versions of the various standards.

SECTION B1200: GENERAL REQUIREMENTS AND PROVISIONS B1202 SERVICES Add the following first paragraph: “All reference to services in this clause shall also mean utility services as well as traffic

monitoring devices such as Comprehensive Traffic Observation (CTO), Speed Measuring Device (SMD) and Weigh-in-Motion (WIM) stations.”

In the final paragraph, replace “clause 15” in the second line with “clause 8.3”. B1205 WORKMANSHIP AND QUALITY CONTROL

Add the following after the title: “The contractor shall implement a quality assurance system that replicates an ISO 9002

and appoint a quality manager who shall ensure that members of the contractor’s staff comply with the requirements of the quality system. The quality system and the methods used to implement it shall be described in a quality plan produced by the contractor.

The quality manager shall be resident on site full time. No construction activities shall

take place on site before the engineer approves the quality plan”. Delete the second, third, fourth and fifth paragraphs and replace with the following: “The contractor shall submit the quality assurance system he proposes using to the

engineer, for his approval, within two weeks of the site handover. Once accepted by the engineer the contractor shall not deviate from it unless written notification of proposed changes have similarly been submitted and approved. The system shall record the lines and levels of responsibility and indicate the method by which testing procedures will be conducted.”

C3.132

C-132

B1206 THE SETTING OUT OF WORK AND PROTECTION OF BEACONS Replace “clause 14” in the first paragraph with “clause 4.7”. Delete “and of clause 14 of the general conditions of contract” in the sixth paragraph. Add the following paragraph: “The contractor shall take care that property beacons, trigonometrical survey beacons or

setting-out beacons are not displaced or destroyed without the consent of the engineer. Property beacons and trigonometrical survey beacons that have been displaced or destroyed shall be replaced by a registered land surveyor, who shall certify such replacement.

The cost of replacing all beacons displaced or destroyed during the course of the contract

without the consent of the engineer shall be the contractor’s responsibility and included in the tender rates”.

B1207 NOTICES, SIGNS AND ADVERTISEMENTS Delete the third paragraph and replace with the following: “All signboards erected in accordance with the drawings shall be removed at the same

time as the disestablishment of the contractor’s camp. Payment under subitem 13.01 for the final instalment of 15% of the tendered lump sum shall not be made unless all the advertisements, notices and temporary signs have been removed. A typical signboard layout is shown opposite”.

B1209 PAYMENT (b) Rates to be inclusive Add the following to the first paragraph: “VAT shall be excluded from the rates.” Insert the following after “constructional plant” in lines 6 and 7 of the first

paragraph: “(distinguishing between operational costs and hire costs)”. (c) The meanings of certain phrases in payment clauses Procuring and furnishing ... (material) Add the following: “Payment for procuring and furnishing material from commercial sources shall

include all transport costs, irrespective of distance hauled”. (e) Materials on the site Replace “clause 52” in the first line with “sub-clause 14.5” Add the following sub-clauses: “(g) Work in confined areas Except where provided for in the specification and the Pricing Schedule no extra

payment shall be made nor shall any claim for additional payment be considered for construction in confined areas. The omission of standard payitems from the

C3.133

C-133

schedule of quantities shall be taken to be deliberate and any additional costs incurred shall be included in the bulk rate.”

B1213 VARIATION FROM SPECIFIED NOMINAL RATES OF APPLICATION OR NOMINAL

MIX PROPORTIONS Amend the last line of the second paragraph to read as follows: “… materials, condition of the site and cement type (in order to comply with the durability

requirements described in sub-clause B6404(h).” B1214 CONTRACTOR’S ACTIVITIES IN RESPECT OF PROPERTY OUTSIDE THE ROAD

RESERVE AND OF SERVICES MOVED, DAMAGED OR ALTERED

Add the following to the last paragraph of subclause (d): "These written statements shall be handed to the engineer before the final certificate will be issued. Failing to obtain these written statements from all landowners and authorities concerned, the Defects Notification Period will be extended including all conditions related to such an extension, until such time that all these statements are obtained. The obtaining of any such written statements will not relieve the contractor of the execution of any of his obligations to the satisfaction of the landowner or authority concerned, and to the approval of the engineer."

Under sub-clause (e) replace the opening paragraph with: “Should the contractor use land not provided by the Employer for the purpose of his own

establishment, engineer’s offices and laboratory, or storing of equipment or materials required for construction or disposal, it shall be subject to the following:”

and add the following sub-sub-clauses: “(vi) That lease agreements are concluded with the owner or owners of such land for

the full period that such areas are required. The leases shall provide for possible extensions to match the duration of the contract. The lease agreements shall also provide for the contract being terminated by contractor’s default or liquidation and the resulting possibility for them to be taken over by a succeeding contractor.

(vii) That copies of lease agreements shall be submitted to the engineer prior to

signature by the signing parties, and copies lodged with the engineer after signing. Notwithstanding the engineer’s approval of the conditions of a lease the contractor shall be solely responsible for adhesion to the terms of the agreements.

(viii) Adherence to the principles of the environmental management plan and legal

obligations”

Add the following sub-clause: “(f) Cleaning of public roads Where material is spilled on public roads during the haul of material, the road

shall be cleaned immediately.”

C3.134

C-134

Add the following clauses: “B1230 MATERIALS The contractor, when using materials that are required to comply with any standard

specification, shall, if so ordered, furnish the engineer with certificates showing that the materials do comply with this specification.

Where so specified, materials shall bear the official mark of the appropriate authority.

Samples ordered or specified shall be delivered to the engineer's office on the site free of charge.

Where materials are specified under trade names tenders must be based on these

materials. Alternative materials may be submitted as alternative tenders and the engineer may, after receipt of tenders, approve the use of equivalent materials. The tender must be clearly marked as an alternative tender, failing which the tender may be rejected.

Unless otherwise specified, all proprietary materials shall be used and placed in strict

accordance with the relevant manufacturer's current published instructions. Agrément certified products shall be used and placed in accordance with its Agrément certification criteria.

Unless anything to the contrary is specified, all manufactured articles or materials

supplied by the contractor for the permanent works shall be unused. Any materials excavated or present on the site or within the road reserve, or in borrow

areas shall not become the property of the contractor, but will be at his disposal only in so far as they are approved for use on the contract, unless otherwise indicated in the project specification.

Existing structures on the site shall remain the property of the Employer and except as

and to the extent required elsewhere in the contract, shall not be interfered with by the contractor in any way.

Materials to be included in the works shall not be damaged in any way and, should they

be damaged on delivery or by the contractor during handling, transportation, storage, installation or testing they shall be replaced by the contractor at his own expense.

All places where materials are being manufactured or obtained for use in the works, and

all the processes in their entirety connected therewith shall be open to inspection by the engineer (or other persons authorised by the engineer) at all reasonable times, and the engineer shall be at liberty to suspend any portion of work which is not being executed in conformity with these specifications.

The contractor shall satisfy himself that any quarry selected for use provides the

necessary mined material in accordance with the specification.” B1232 OWNERSHIP OF REDUNDANT ROAD SIDE FURNITURE AND OTHER MATERIALS

Ownership of all redundant roadside furniture and other materials will become the property of SANRAL unless otherwise instructed by the Engineer.

C3.135

C-135

SECTION B1300: CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS

B1302 GENERAL REQUIREMENTS (c) Legal and Contractual Requirements and responsibilities to the public Add the following: “Legislation imposes mutual obligations on the Employer and contractor in the

performance of their duties to society and to the built and natural environment. To assist the contractor in understanding and assessing his obligations, and thus to make allowances for the cost of compliance with this legislation, the following additional specifications are included in the project specifications.

Section C3.3 of the Scope of Works contains the Environmental Management Plan

for this project. Its provisions regulate the contractor’s construction methods to ensure responsible conduct and treatment of the environment relevant to the project. No separate payment mechanism has been made available for the contractor to allow for his compliance with relevant environmental legislation. The contractor shall include such costs in the existing payment items under section B1303: Payment. However, non-compliance with the provisions of this section may lead to the imposition of penalties by the relevant authority.

Section 3.4 of the Scope of Works contains provisions that regulate the

contractor’s construction methods for compliance with Government’s initiatives towards black economic empowerment. It also contains information on criteria used in the procurement process. No separate payment mechanism has been made available for the contractor to allow for his compliance with relevant black economic empowerment legislation. The contractor shall include such costs in the existing payment items under section B1303: Payment. However, non-compliance with the provisions of this section may lead to the imposition of penalties.

Section 3.5 of the Scope of Works contains the specifications that regulate the

contractor’s construction methods so far as to ensure health and safety of his employees and of the public. New pay item has been made available under this section to allow the contractor to make separate provision for the cost of health and safety measures during the construction process.”

B1303 B13.01 The contractor's general obligations

Add the following paragraphs: “Should the combined total tendered for sub items (a), (b), and (c) exceed 20% of the tender sum (excluding CPA, contingencies and VAT), the tenderer shall state his reasons in writing for tendering in this manner. The tenderer's attention is drawn to Form B1: Contractor’s Establishment on Site, (bound in this Volume), to be completed by the tenderer. If the tenderer should require additional compensation for his obligations under section 1300 (over and above the total tendered for item B13.01) by including such additional compensation in the tendered rates and/or lump sum of items in the Pricing Schedule, these items and the value of such additional compensation shall also be indicated in writing in a letter attached to Form B1. Payment of the rate per month for sub item C3.2.1.3.5 shall include full compensation for all the contractor’s obligations relevant to health and safety legislation. The tendered rate shall apply in the same manner as pay sub item B13.01(c) but shall not form part of the calculation of the restrictions imposed by Condition of Tender F.3.8(c) and Form to tender B1: Contractor’s Establishment on Site. A contractor who tenders zero for this pay item shall not be relieved of his statutory obligations. A nil rate offered

C3.136

C-136

shall be deemed not as an omission but as deliberate notice that costs have been included in the tendered rates for individual items of work or in the other preliminary and general pay items.”

The following paragraph relates to the treatment of all pay items for which the unit of measurement is the month and shall become applicable only for use in calculations of approved extensions of time in terms of the General Conditions of Contract:

Insert the following paragraphs: “The tendered percentage under item (e) shall be the day, or part thereof, for which the

vehicle was hired and used for its intended purpose. The rate tendered shall include full compensation for the hire of the vehicle including cost of insurances, fuel, wear and tear and any other incidentals.”

SECTION B1400: HOUSING, OFFICES AND LABORATORIES FOR THE ENGINEER’S SITE

PERSONNEL B1402 OFFICES AND LABORATORIES (a) General Add the following: “It is a requirement of the contract that the offices for the engineer’s supervisory

staff shall be supplied with approved burglar proofing, the cost of which shall be taken as included in the relevant tendered rates for the provision of the specified building.

B1404 SERVICES (b) Water electricity and gas Add the following to the end of the third paragraph: “The power supply shall be regulated by a suitable voltage regulator in order to

maintain a constant current and voltage level at all times to prevent damage to the office equipment and related machinery during power surges. In the event of damage to the office equipment and related machinery because of a faulty voltage regulator, the contractor shall be liable for payment of all repair or replacement costs of such damaged items.”

Add the following paragraph: “The supply of electricity and water to the offices of the engineer’s supervisory staff

shall be maintained 24 hours per day.”

C3.137

C-137

SECTION B1500: ACCOMMODATION OF TRAFFIC B1501 SCOPE Add the following: “It is a condition of this contract that traffic is accommodated taking into account the

provisions of the latest edition of the South African Road Traffic Signs Manual (SARTSM). The latest version for use in the accommodation of traffic is volume 2, chapter 13 of the June 1999 edition. Copies of this publication are available from Government Printers –Tel: (012) 334 4507/8/9 or (012) 334 4510 Fax: (012) 323 9574.

This section also covers the provision of additional information signs for motorists and the

release of any notices to the media and public.” B1502 GENERAL REQUIREMENTS

Insert the following: “The whole of the site will be handed over to the Contractor at the beginning of the contract. The sequence in which various parts of the site may be occupied by the Contractor for the execution of the different items of work shall be subject to the requirements of the contract documents regarding, inter alia, working hours and the number, spacing and length of the work areas which may be occupied at any particular time. The contractor shall programme his work taking due cognizance of restrictive conditions. The contractor's tendered rates shall include full compensation for all possible additional costs which may arise from the above and no claims for extra payment as a result of this modus operandi will be considered. The contractor shall in particular note that no additional compensation shall be made for work that could be considered as half-width construction."

(a) Safety Replace the full stop at the end of the first paragraph and continue with the

following: “... flow of traffic, including the prohibition of his, and his subcontractor’s,

construction plant from disregarding the stop/go accommodation of traffic control facilities. Failure to comply with this requirement shall be taken as a penalty event in terms of B1502(l).”.

Add the following paragraphs: “The contractor shall be responsible for maintaining the existing road surface both

within the works area and the advance warning and termination areas in a safe and trafficable condition for the duration of the contract. The contractor shall be fully responsible for all the traffic accommodation on site, including for work undertaken by sub-contractors, e.g. at bridges etc. Traffic shall be accommodated as indicated on the drawings unless an alternative tender incorporating an amended method of traffic accommodation has been accepted. The contractor may amend the agreed traffic accommodation scheme but only with the approval of the engineer in consultation with the provincial and municipal traffic authorities.

C3.138

C-138

During the non-working hours, or when construction is not taking place on a certain section of road all obstructions to the traffic shall be removed and all signs no longer applicable to the situation shall be removed to an approved safe location or effectively covered. No equipment or vehicles shall be stored or parked in the median or on the road side during non-working hours except if protected or demarcated and only if approved by the engineer. When requested by the engineer, the contractor shall provide lane closures for the purpose of road inspection. This must be done in advance of the actual programmed time for the work.”

(f) Approval of temporary deviations Add the following: “If, after any temporary deviation has been constructed, any changes are

considered necessary or desirable, the proposal shall be submitted to the engineer for his approval."

(i) Traffic Safety Officer Add the following to the end of the second paragraph: “The contractor shall submit a CV of the candidate to the engineer for approval

before the candidate is appointed as the traffic safety officer. “ Insert the following as the opening phrase to sub-sub-clause (i): “make himself available to discuss road safety and traffic accommodation matters

whenever required by the engineer and shall be responsible…” Delete sub-sub-clauses (ii) and (iii) and replace with the following: “(ii) Record on neat and dimensioned sketches and submit to the engineer the position

and sign reference number, where applicable, of each sign, barricade, delineator, cone, amber flicker light, guardrail and permanent or temporary painted road marking feature. The position of each shall be adequately referenced from the marker boards or other surveyed points on the site of the works.

These records shall also show the date and time at which the recorded traffic

accommodation features are certified correct by the traffic safety officer, and shall be signed by the traffic safety officer before being submitted to the engineer.

The records shall similarly account for whatever changes are made in the field.

Such changes shall record the position of flagmen and stop/go control men and their associated traffic accommodation equipment wherever they are used.

(iii) Personally inspect the position and condition of each traffic accommodation feature

on the whole site of works twice per workshift, whether daytime or nightwork, and at least twice a day/night during non-working hours, to record all irregularities discovered and the remedial action taken, and to sign off as correct and submit to the engineer such record sheets by middle of the next working shift. The above inspections must at least take place before the commencement of peak traffic periods. The traffic safety officer shall keep a duplicate book for this specific purpose.

The traffic safety officer shall also submit with this report the daily labour returns of

flagmen, stop/go, traffic signal control personnel employed and the traffic data recorded at each traffic control point.”

C3.139

C-139

Add the following sub-sub-clauses: “(ix) The traffic safety officer shall be equipped with a cellular telephone and shall have

a traffic safety vehicle and sufficient labour at his disposal 24 hours a day, including all prescribed non working days, and shall not be utilised for other duties. He shall be directly answerable to the contractor’s site agent. The traffic safety officer shall have his own vehicle to carry out inspections and at least one assistant to accompany him full time. Furthermore the traffic safety vehicle shall be a truck with a capacity of at least 3 tons and shall be equipped with a high visibility rear panel in accordance with the requirements of the SARTSM as well as a truck mounted impact attenuator complying with TL-2 criteria when tested in accordance with NCHRP 350 or N1 criteria when tested in accordance with EN 1317. (Certification of compliance must be on site at all times). The attenuator shall be used when the vehicle is utilized to close traffic lanes or when attending to stationary or broken down vehicles or accident scenes. The words TRAFFIC CONTROL shall be written on a warning sign in highly legible letters, not less than 150 mm high, and the sign shall be mounted on both the traffic safety officer’s vehicle and the traffic safety vehicle at least 1,5 m above ground level. The proposed sign and letter dimensions shall be submitted to the engineer for his approval.

The vehicles shall also be equipped with an amber-coloured flashing light of the

rotating parabolic reflector type with a minimum intensity of 100W. The warning light shall be switched on at all times and the sign shall be displayed when the vehicle is used on site.

The traffic safety officer shall have a direct line of communication at all times with

the police and traffic officers responsible for the area within limits of the contract. (x) Ensure that all obstructions related to the contractor’s activities be removed at the

end of each work shift where applicable as instructed by the engineer and that the roads are safe for the traveling public.

(xi) The traffic safety officer shall, in addition to the duties listed in paragraph 1502 (i),

also be responsible to arrange for the removal of stationary or broken down vehicles off the roadway in conjunction with the routine maintenance contractor and/or traffic authorities and implementing actions requested by the traffic authorities with regard to the work to be carried out and be responsible for the erection and maintenance of all traffic signs necessary for the accommodation of traffic.

(xii) In the event of an accident the traffic officer shall record in a written report the

details of the accident, record the position of all temporary road signs, barricades, delineators, flagmen and any other devices used for traffic accommodation. In addition the report shall include a neat dimensional sketch, photographs, identifiable permanent features, and any other relevant information.

(xiii) At least two separate traffic safety officers and teams shall be employed when

construction is carried out during the day and night.” Add the following sub-clauses: “(j) Crossing the median or carriageway centreline No vehicle or item of equipment shall be allowed to cross the median of a dual

carriageway road or the centreline of a single carriageway unless the traffic accommodation and signage specifically allows for this and is approved by the engineer as safe.

(k) Site personnel

C3.140

C-140

The contractor shall ensure that all his personnel, excluding those who are permanently office bound, are equipped with reflective safety jackets and that these are worn at all times when working on or near to the travelled way. Any person found not wearing a reflective jacket under these circumstances shall be removed from the site until such time as he is in possession of and wearing a reflective jacket. Reflective safety jackets shall be kept in good condition and any jackets that are, in the opinion of the engineer, ineffective shall be immediately replaced by the contractor.

(l) Penalty events Whenever the following events occur, the contractor shall be subjected to penalty

conditions expressed in the Appendix to Tender. (i) Non compliance with accommodation of traffic specifications Failure or refusal on the part of the contractor

to take the necessary steps to ensure the safety and convenience of the travelling public, accommodation of traffic, plant and personnel in accordance with these specifications or as required by statutory authorities or ordered by the engineer, shall be sufficient cause for the engineer to apply penalties as follows:

A fixed penalty of R10 000,00 per occurrence shall be deducted for each

and every occurrence of non-compliance with any of the requirements of section 1500 of the standard specifications and section B1500 of the project specifications.

In addition a time-related penalty of R1000,00 per hour over

and above the fixed penalty shall be deducted for non-compliance to rectify any defects in the accommodation of traffic within the allowable time after the engineer has given an instruction to this effect. The engineer's instruction shall state the allowable time, which shall be the time in hours for reinstatement of the defects. Should the contractor fail to adhere to this instruction, the time-related penalty shall be applied from the time the instruction was given.

(ii) Late occupation of lanes, ramps and/or crossroads The contractor shall be charged a lane occupation levy if he continues to

occupy interchange ramps, crossroads and/or carriageway lanes beyond programmed completion dates. The levy shall be deducted from payments due on the relevant interim payment certificates at the rates provided in the Appendix to Tender and the pricing schedule.”

(m) Liaison with relevant Authorities Where applicable, the contractor shall liaise on a daily basis with the Employer’s

relevant i-traffic Management Centre (TMC), informing their operations manager about the expected works and lane closures for the next day, inclusive of all work shifts, in order for the operational manager to take into account the accommodation of traffic impacts in the TMC’s operations.

For exceptional traffic accommodation impacts, such as lane closures in peak

hours, short term contra flow conditions, lane closures over weekend peak periods, etc., the TMC operational manager shall be informed seven days prior to the event.

The contractor shall inform the TMC about all traffic related incidents, as soon as

he becomes aware of the incident.

Where required the contractor shall be responsible for acquiring the services of a municipal traffic officer and traffic vehicle (equipped with a blue light) to assist in

C3.141

C-141

the accommodation of traffic. The traffic officer and vehicle will be required when lanes are to be closed and/or where directed by the Engineer.

If the road under construction forms part of an abnormal load route the contractor

shall liaise with the relevant provincial abnormal load office that issues permits to ensure that permits are not issued when construction restrictions do not allow passage of the abnormal load.

(n) Other requirements The following other requirements must be adhered to for the entire contract period: i) The travelling public shall have the right of way on public roads and the

contractor shall make use of approved methods to control the movement of his equipment and vehicles so as not to constitute a hazard on the road.

ii) The contractor’s tendered rates for the relevant items in the schedule of

quantities shall include full compensation for all possible additional costs which may arise from the above and no claims for extra payment due to inconvenience as a result of the modus operandi will be considered.

B1503 TEMPORARY TRAFFIC-CONTROL FACILITIES Replace the first sentence of the first paragraph with the following: “The contractor shall provide, erect and maintain the necessary traffic-control devices,

road signs, channelisation devices, barricades, warning devices and road markings (hereinafter referred to as traffic-control devices) in accordance with these special provisions and as shown on the drawings and in the SARTSM and remove them when no longer required. It shall be incumbent upon the contractor to see to it that the abovementioned traffic-control devices are present where required at all times and are functioning properly.”

Replace the last sentence of the second paragraph with the following: "Traffic-control facilities no longer required at the site of a deviation or a lane closure shall

be moved for re-use. Traffic-control facilities lost or damaged by the contractor shall be replaced at his own cost. Where it can be proved that loss of or damage to such facilites is beyond the contractor's control and not the result of his actions or omissions, the engineer may order the facilities to be replaced and paid for at scheduled rates."

Replace the third paragraph with the following: “The type of construction, spacing and placement of traffic-control devices shall be in

accordance with the SARTSM. The recommended arrangements of the traffic control devices illustrated and/or drawings issued by the engineer shall not be departed from without prior approval of the engineer. The arrangements expected to be most commonly used in the contract are given on the tender drawings.

The details shown for spacing and placement of traffic-control facilities may however, be

revised at the discretion of the engineer where deemed necessary to accommodate local site geometry and traffic conditions.”

(a) Traffic control devices Add the following at the end of the last paragraph: “At each signalised traffic control point, an all weather shelter of at least three (3)

square metres capable of accommodating two operators, with a clear window, a stable door, two chairs and a portable chemical toilet that shall be regularly maintained, shall be provided. Each control point shall have a 2 (two) phased signal sustem mounted on 3m high steel poles complete with all electrical wiring, a

C3.142

C-142

floodlight system of at least 2x400w metal halide floodlights mounted onto a 9m high pole to light up the traffic control point and lighting along the road where the traffic will queue. The provision shall include for a sufficient continuous power supply to operate each traffic control point. Included in the establishment and operation of the traffic control devices shall be a communication system that allows the operators to communicate with each other.

Records of opening and closing of closures and traffic counts shall be kept and

submitted daily to the traffic safety officer.” (b) Road signs and barricades Add the following: “The contractor shall be responsible for the protection and maintenance of all

signs, and shall at his own cost replace any that have been damaged, lost, or stolen.

All temporary road signs required to remain in position for some time shall be pole

mounted as shown on the drawings. All temporary road signs required to be moved more often shall be mounted on portable supports for the easy moving of signs to temporary positions. The only permitted method of ballasting the sign supports shall consist of durable sandbags filled with sand of adequate mass to prevent signs from being blown over by wind. The cost of the sandbags shall be included in the tendered rates for the various types of temporary road signs.

The covering of permanent road signs, if applicable, shall be by utilizing a suitable

and durable covering that shall be pulled over the sign in the form of a hood and fastened to the signposts. Plastic bags or other materials and fastened by means of adhesive tape shall not be permitted. The cost of covering of permanent road signs shall be included in the tendered rates of items B15.01 and B15.10.”

(c) Channelisation devices and barricades Add the following: “The use of drums as channelisation devices shall not be permitted. Drums may

however be used to set up barriers as provided for in sub-clause 1503(d). Delineators shall: (i) comply with the manufacturing and reflective requirements of the SARTSM

and the blades shall be reversible with dimensions as indicated on the drawings;

(ii) have smooth and round edges and be mounted on a post and base. All

components shall be of durable plastic material; (iii) have the lower edge of the reflective part of the delineator mounted not

lower than 250mm above the road surface; (iv) be capable of withstanding the movement of passing vehicles and gusting

winds up to 60 km/h in typical working conditions without falling over. To achieve this, the base shall be at least 0,18m2 and ballasted by its own weight or with sandbags filled with sand;

(v) together with its mounting be designed such that it will collapse in a safe

manner under traffic impact. Traffic cones manufactured in a fluorescent red-orange or red plastic material may

be used only at short term lane deviations during daylight. Cones shall not be used on their own, but shall be interspersed with delineators at a ratio not exceeding 3:1.

C3.143

C-143

Cones used on all deviations shall be 750mm high. Lane closures which continue into the night time shall be demarcated by delineators only.

On section of road where the centreline has been obliterated, delineators shall be

provided on both road edges at minimum 200m spacing on straight sections and at least 3 (three) visible on all curves.”

(d) Barriers Add the following: “Barriers for preventing vehicles from leaving the permitted lanes shall be movable

barriers with an approved safety shape design (e.g. New Jersey, F-shape or single slope). Temporary movable barriers shall be obtained from suppliers and placed between the existing road and the construction areas. They shall comply with the requirements of either of the following specifications:

(i) The European Specification EN 1317 with containment level H1, or

(ii) The American Federal Highways Administration Specification NCHRP

Report 350 with containment level TL4. When applying these specifications the contractor must take cognisance of his

liabilities relating to the installation of temporary works to provide protection to the permanent Works and safety to his personnel and select a barrier system appropriate to his chosen work methodology. Particularly pertinent is the working width rating of a barrier system; the displacement width of the system shall not exceed the available safe width to the nearest edge of the construction. All moveable barriers shall be installed in accordance with the manufacturer's instructions or generally accepted best practice and shall be submitted to the engineer for review and comment.

Even though the Employer has made available its own barrier system for the

contractor to price no transfer of responsibility for use of that system shall pass to the Employer it being deemed that any price offered by the contractor constitutes his confirmation that this barrier system provides appropriate protection. When using the Employer’s concrete barriers the connecting system using metal plates and bolts (as shown in the drawings) provides a system compliant with the specifications of i) above. The working width classifications of this system are W3 and W6 when impacted by a TB11 or TB42 vehicle respectively. This means that the unsafe working width behind this barrier system is 1000mm or 2100mm measured from the back of the barrier depending on the impact characteristics of each vehicle. If the contractor installs a different connecting system to that shown on the drawings it is entirely in the knowledge that the risk of protection lies entirely with the contractor.

Where instructed by the engineer, the terminal sections of moveable barriers may

be a proprietary type or may be contractor designed to attenuate head-on impacts of at least NCHRP Test Level 1 (50 km/h, 2 000 kg) or EN1317 Containment Level H1 (80 km/h, 1 500 kg).

(e) Warning devices Add the following: “All construction vehicles and plant used on the works shall be equipped with

rotating amber flashing lights and warning boards as specified. All vehicles and plant before being allowed onto the site shall obtain a clearance permit from the engineer.

(i) Vehicle mounted flashing lights

C3.144

C-144

Rotating lights shall have an amber lens of minimum height of 200mm and

shall be mounted in such a way as to be highly visible from all directions. The lights on construction vehicles shall not be switched on while vehicles are being operated on unrestricted sections of a public road, but shall be switched on while construction vehicles are operating within the accommodation of traffic area, as the vehicles decelerate to enter a construction area, and as the vehicles accelerate to the general speed when entering the road from a construction area. Lights on plant shall operate continuously while the plant is working alongside sections of road open to public traffic within the work areas.

All LDV's and cars operating on site shall also be equipped with rotating

amber flashing lights which shall be placed so as to be highly visible from all directions and operated continuously while the vehicles are manoeuvering in or out of traffic or are travelling or parked alongside roads open to public traffic within the work areas.

Rotating lights and the "construction vehicle" signs on the contractor's

vehicles and plant shall not be paid for separately but shall be included in the rates covering the use of the vehicles.

The contractor shall apply and maintain lights together with temporary

mounting brackets, to the approval of the engineer. Vehicles and plant that do not comply with these requirements shall be removed from the site.

(ii) Sign mounted flashing lights Two amber flashing lights shall be vertically mounted on top of the traffic

signs at each end of each traffic accommodation section as shown on the drawings. The lights shall be operated during the hours of darkness.

(iii) Flashing Illuminated Arrow Board

The arrow board shall be made up of light sources mounted on a backing board. A single shaft arrow will be required that can be used for both left and right directions. The light sources must be of LED type to improve visibility if used also during day time. The arrow board shall be used at lane drops as described B1502.

(iv) Mobile Variable Message Sign (VMS)

The VMS shall be mobile and located in a safe position to convey to the travelling public of traffic conditions ahead and/or inform a motorist of his actual travelling speed.

The mobile VMS system must be equipped with solar panels to provide an

output of 400 Watt. It shall be stable for shocks up to 3G and wind speeds up to 120 km/h.

The sign face shall not be less than 3m wide by 1.5m high to provide a full

matrix LED with at least 50 and 27 pixels for the width and height respectively. Each pixel shall have 4 LED’s and the pixel spacing shall not be less than 60mm. An LED mask for contrast and shading shall be provided. The sign shall be able to display 3 lines by 10 characters. The cone of vision is to be 30º.

The information displayed on each individual sign shall be controlled by a

computer with internet connection operated by the contractor.” (f) Road Markings (move to 5700)

C3.145

C-145

Add the following new paragraphs: “The contractor will be required to survey all existing road marking prior to

commencement of construction or repair work. Temporary road marking shall be reinstated before the road is opened to full width

traffic. Temporary road marking shall consist of heavy pre-marking, and/or retro-reflective road marking paint, and/or temporary road studs, as directed by the engineer.

Temporary road studs shall be installed at double the spacing and shall be fixed to

the road surface with the bitumen rubber crack sealant to allow for easy removal by application of gentle heat.

Temporary road marking lines for demarcation of temporary traffic lanes, on the

final road surface shall not be allowed, except if approved by the engineer. Should temporary road marking lines be approved, it shall consist of one of the following as directed by the Engineer:

(i) Construction grade tape for temporary road marking which can be removed

by applying gentle heat. The tape shall be foil backed, adhesive, reflective tape. The tape shall be capable of being easily removed from the road surface by the application of gentle heat.

(ii) Removable road marking paint.”

Add the following sub-clauses: “(g) Other traffic control measures ordered by the engineer The engineer may instruct the contractor to provide any other road sign, reflective

tape, etc not measured in standard payitems. Such road signs shall conform to the requirements of the SARTSM, or specification provided by the engineer. Similarly, in order to ensure that the travelling public is kept fully informed and warned on matters relating to the accommodation of traffic, construction sign posting and the effect of the construction on the free flow of traffic through the site, the engineer may arrange for advertising in the press and/or for other forms of publicity.

(h) Flagmen Flagmen shall be provided where shown on the drawings or required by the

specification. During the daytime, at least two flagmen shall be provided at each traffic control point in addition to the STOP/GO sign operator, one flagman at the first speed reduction sign and a second roving flagman at least a 100m behind the last vehicle in the queue to indicate to the traffic to stop. At night time all flagmen shall be equipped with a suitably visible strobe, and a torch at each traffic control point as well as the traffic light operator. Where the shoulder of the road is closed to traffic, flagmen shall be provided at the leading ends of closures during daytime. These flagmen shall be provided at the first speed reduction sign to warn the traffic about the closure. No flagmen shall be on duty for a period of more than 10 hours per day.

Flagmen shall be adequately trained in the standard flagging techniques as

described in the SARTSM (refer to figure 13.23 of detail 13.23.1) and be provided with conspicuous clothing such as safety jackets utilizing retro-reflective and/or fluorescent panels in red, yellow and/or white.

Flagmen shall have in their possession, at all times, certification that they have

attended and passed an accredited course in flagging techniques before being allowed onto the construction site.

C3.146

C-146

Flags shall be made from bright red or red-orange material and shall be square

with a minimum side length of 600mm. The flag shall be attached to a staff at least 1,0m in length.

In terms of lateral clearance and safety, flagmen shall stand on the shoulder of the

lane of traffic that is being controlled and under no circumstances shall flagmen be permitted to stand within the traffic lane. In order to obtain maximum visual impact for the travelling public, flagmen shall stand alone.”

B1510 EXISTING ROADS USED AS DIVERSIONS Add the following: "The contractor shall indemnify the employer against all proceedings, claims, actions,

damages and costs which may arise from or be related to damage to vehicles or property or injury to persons as a result of loose stones or aggregates on the road surface or as a result of bituminous applications during the construction of the works.

The contractor shall arrange his activities so that construction traffic and equipment do

not unnecessarily obstruct public traffic or force it to a complete standstill. The flow of public traffic shall always take precedence and the contractor shall not stop or delay public traffic to make way for construction traffic."

C3.147

C-147

TENDER NUMBER: DRT 118/02/2017 MAINTENANCE OF PROVINCIAL STREET LIGHTS

AND INSTALLATION AND MAINTENANCE OF SECURITY LIGHTS ON VARIOUS

PROVINCIAL ROADS AND BUILDINGS FOR A PERIOD OF THREE (3) YEARS: ALL

FIVE REGIONS IN THE GAUTENG PROVINCE

C3.8: PROCEDURES FOR THE REPORTING OF ELECTRICAL OCCURRENCES Introduction

The Network Operations Centre (NOC) is implemented as a requirement of a Communications System for the Gauteng Freeway Improvement Project (GFIP). Neotel (the Contractor) has been appointed by the Employer as the Communications Contractor to build and operate the communications network, of which the NOC is to serve as the focal point for network troubleshooting, performance monitoring, and coordination with affiliated networks. These networks include the Open Road Tolling (ORT) and Intelligent Transport System (ITS) communications networks. There are two distinct networks, which are in some areas physically independent. These are the ORT Network and the ITS network. The ORT network provides for the linking of all the SANRAL ORT facilities namely the Toll gantries, Satellite centre, Central Operations Centre (COC) and other operations and back up centres via a fibre optic backbone. The ITS network provides for the linking of all the ITS field devices - namely cameras, variable message signs (VMS), counting stations and other traffic information devices, through various outstations (OS) situated along the GFIP route to the COC via a separate fibre optic backbone. The NOC provides a 24 hour manned operations service, which monitors both the networks through various graphical displays. All detected faults that may occur on either of the 2 networks are logged as a ticket with their unique reference number. The NOC is responsible for the notifying of its field service teams and relevant affected parties utilising the 2 networks of any faults, and for the updating of the progress on the fault rectification process, and finally the close out. The NOC is required to notify the relevant parties by email as a means of all the communications. The initial notification shall contain at least the following information

The date and time of the fault

Location of fault

Description of the fault

Person reporting

Services affected. The fault status shall be updated at predetermined intervals and the updates shall provide a brief description of what has been accomplished in the trouble shooting and rectification process. All parties that are utilising the network that are to be notified, and their supervisory consultants shall each nominate an individual who shall be assigned to receive the notification from the NOC on behalf of that party.

C3.148

C-148

Purpose of Document During the current operations service period, the communications Contractor has encountered numerous failures caused directly by electrical outages. These outages have impacted on the performance of the network. These outages primarily affect the outstations on the ITS network and Toll Gantries and Satellite Centres on the ORT network. As the extent of the dependency on these power issues was not foreseen in the contract, the contract is generally silent on the allocation of responsibility for such issues. Furthermore the power availability impacts on various other parties including the Employer and those parties contracted to the Employer. As such, the Contractor does not have a clearly defined scope or process relating to the electrical services. This has caused extensive delays in the rectification of electrical related problems and hence has impacted negatively on their key performance indices (KPI) and to the service provided to the Employer, and other service providers. The purpose of this document is therefore to accept the status of the power supplied and to define a policy to address and remedy all electrical faults and service interruptions, which policy is to be accepted by all affected parties. The document will also therefore address and define time frames and communications protocols that would be followed by all parties, and thereby providing for a more stable performance of the ITS and ORT networks. As numerous parties are affected by power outages or are influential in the restoration of such outages, the Policy seeks to record a single point of contact for every such party. This nominated person, once duly informed shall be held accountable to ensure the implementation of this policy in the best overall interests of the common Employer. The acceptance by all affected parties has been presumed on the premise that comment has been invited, from all such affected parties. The Responsibility of the Communications Contractor. The battery limits of the Communications Contractor is illustrated by the diagram below in Annexure A

C3.149

C-149

The Parties Affected by this Policy The initiating party for this Policy is the Communications Contractor. (Neotel under SANRAL Contract X002-020-2011/1). The other parties referenced in this document are:

a. The Employer (SANRAL) b. The Employer's Representative for the Communications Contract (TIS) c. The ITS Contractor contracted to SANRAL (TETI) d. The Employer's Representative for the ITS Contract ( TECHSO) e. The Employer’s Electrical Maintenance Contractors f. The Employer's Representatives for the relevant Electrical Maintenance Contract g. The Network Monitoring Centre for the ITS (iTRAFFIC) h. The ORT Contractor (ETC) i. The Employer’s Representative for the ORT Operations (TOLPLAN/TIS)

Electrical Fault Notification and Rectification Process

1. Should the controller of any electrical supply to any aspect of the network wish to interrupt the power supply for any reason, including planned shutdowns due to maintenance the party responsible for the power supply is to inform the NOC in advance of the shutdown.

2. Planned maintenance shutdowns are to be advised 7 days in advance. The NOC is to revert with acceptance within 5 hours, or failing acceptance of the time of the shutdown, is to convene a discussion between the affected parties, to determine a satisfactory solution and agree a satisfactory alternative. Should the parties fail to agree a mutually acceptable time the ER’s of the affected parties are to mediate.

3. In some portions of the SANRAL road reserve and centre median, there are common works areas where the trenches and manholes are shared by Electrical and Comms contracts. Should a need arise for the Comms Contractor to expose any portion of the trench or access manholes, the Electrical contractor shall be required to isolate the power on that portion of the electrical reticulation. The request for such power isolation shall be initiated by the Comms Contractor. The following notification and response times shall apply 3.1 For planned work, the Comms Contractor shall provide a 48 hour notice to the Electrical contractor 3.2 For Emergency work, the Comms Contractor shall inform the Electrical contractor immediately and the Electrical contractor shall advise of his availability to respond. The response time by the Electrical contractor shall not exceed 12 hours.

4. In the event of a power shutdown arising from an unplanned shutdowns and emergency switch offs, the party controlling the shutdown, is to, wherever possible provide the NOC with advanced warning and as much information as possible to assist the Contractor in managing the shutdown and avoiding unnecessary diagnostic work and site visits.

5. In the absence of any advance warning, the NOC or a third party detects that an OS goes offline. The third party is to inform the NOC of the related problem.

6. For all power interruptions, the NOC logs a ticket with a unique reference number assigned to the occurrence.

7. In the absence of any advance warning or information,, the NOC dispatches a field service technician (FST) to the affected site to determine whether the fault is power related, and if so, to identify (where possible) the root cause of the electrical problem

8. FST notifies the NOC, detailing nature of problem 9. The NOC notifies all affected parties. 10. The NOC shall determine whether the fault falls within or outside of the battery limits of the

Communications Contractor (as defined in Appendix A) 11. Should the fault be the responsibility of the Communications Contractor, the FST shall

proceed with the necessary repairs and the NOC shall provide updates of the progress every 2 hours to the nominated persons until the fault has been rectified.

12. Once rectified, the NOC shall close off the ticket and advise the affected parties accordingly. 13. Should the fault be outside of the battery limits of the Communications Contractor, the fault

shall be notified to either of two parties who may be responsible to rectify the fault.

C3.150

C-150

The fault shall be notified to a) The Employer’s Representative of the Electrical Maintenance Contract, and copied to the relevant electrical maintenance contractor on the affected area on the ITS network, or b) the fault shall be reported to the ORT Contractor (ETC) for the ORT network. These shall be referred to as notification to responsible third parties - Third Party Notifications.(TPN)

14. Once the Employer’s Representative of the electrical maintenance contract, and or the ORT Contractor have been notified, the NOC shall advise all affected parties of such a notification.

15. All Affected parties shall be notified of any status change of the incident by the NOC, but no status notification interval shall exceed 2 hours.

16. All TPNs are to be advised to respond within 2 hours. Should no response be received from the TPN within 4 hours, the Employer shall be advised. Such information shall be included in the NOC’s advice to affected parties.

17. Once the fault has been rectified, the NOC shall inform all affected parties and the ticket is to be closed.

C3.151

C-151

C3.152

C-152

Flow Diagram

Planned shutdown

of power

YES NO

Controller of power

informs the NOC at least

7 days in advance of

planned work

NOC reverts

with acceptance within 5

hours

YES NO

NOC informs the

relevant parties of power

outage.

A Ticket is logged

Meeting convened by

the relevant parties to

determine acceptable

solution

Decision reached

at meeting

YES NO

ER’s of affected parties

are to mediate

The NOC or a third party

detects that OS or ORT

facility goes offline

The NOC dispatches

FST to investigate and

reverts to NOC with

details

Problem lies

within Neotel Battery

Limits

NO YES

Neotel escalates

problem to responsible

third party

(TPN)

Neotel proceeds with the

fault rectification

Informs all parties when

fault is rectified

Ticket Closed

Response recived

from TPN within 4

hours

Inform all relevent

parties of progress every

2 hours

Escalate to Employer

NOYES

Inform all parties when

TPN has rectified the

fault

Ticket Closed

Inform all relevent

parties of progress every

2 hours

C3.153

C-153

ANNEXURE A COMMUNICATIONS BACKBONE CONTRACT - ELECTRICAL RESPONSIBILITY DIAGRAM FOR

OUTSTATIONS

KEY

Comms Contractor’s Responsibility

Employer Responsibility &

ELECTRICAL KIOSK

(Feeding both Last mile device &

Outstation)

OUTSTATION OUTSTATION

LAST MILE

DEVICE

A

A

A

B

A

A

A

C

A

A

A

OUTSTATION

ELECTRICAL

KIOSK

(Feeding Outstation

only)

ELECTRICAL MINISUB

OR OTHER PRIMARY POWER SOURCE

Third Party Source

Part C2: Pricing Instructions C2.1

Reference no. DRT 118/02/2017

C3.1

________________________________________________________________________________

PART C4: SITE INFORMATION ________________________________________________________________________________

Part C2: Pricing Instructions C2.2

Reference no. DRT 118/02/2017

C3.2

PART C4: SITE INFORMATION TABLE OF CONTENTS PAGE C4.1 LOCALITY PLAN ............................................................................................................. C4.3

C4.2 LOCATION OF PROJECT ............................................................................................... C4.4

C4.3 ADDITIONAL INFORMATION AS REQUIRED FOR THE PROJECT ............................ C4.4

Part C2: Pricing Instructions C2.3

Reference no. DRT 118/02/2017

C3.3

C4.1 LOCALITY PLAN See Annexure attached.

Part C2: Pricing Instructions C2.4

Reference no. DRT 118/02/2017

C3.4

C4.2 LOCATION OF THE PROJECT The proposed project comprises of various sections of street lighting owned by the Gauteng Department of Roads and Transport. The site comprises of the following sections of roads with a total length of approximately 38.90km:

ROUTE SECTION LENGTH (km)

P119 (R24) 1 11.70

K157 (R24) 1 1.00

P40 (High Road) 1 1.30

Link between High Road & Atlas Road (Elgin Street) 0.70

P205 (R24) 2 1.20

P66 (R55) Laudium Road 1 12.40

P103 (R512) 1 1.00

P206 (M1 South) between Buccleuch Interchange and Corlett Drive 1 9.60

38.90

C4.3 ADDITIONAL INFORMATION AS REQUIRED FOR THE PROJECT C4.3.1 Limiting Factors Priorities i. Road Safety of travelling public, engineering staff and construction personnel.

ii. Minimum user delays and damage.

iii. High standard of work.

iv. Accurate budgeting

v. Achievement of BBBEE goals

vi. Successful completion of contract. Constraints i. Three lanes per direction open to traffic where geometry allows.

ii. Road safety not to be compromised under any circumstances, especially at night.

iii. High traffic volumes.

iv. No overspending of budget Customers Road Users – the level of service to remain high and user delays and damage to property to be kept to a minimum. Key Stakeholders i. Roads users

ii. Contractor

iii. Works Contract Engineer

Part C2: Pricing Instructions C2.5

Reference no. DRT 118/02/2017

C3.5

C4.3.2 Risks Analysis Risk Register No Key Risk Identified Risk Mitigating Factors 1 Road Safety Loss of life and

property Road safety audits & Co-ordination with road and law enforcement authorities

2 Funding Legal actions, claims for damages sustained by users due to bulky work.

Prioritization of work Insurance

3 Environmental Management

Non-compliance with legislation. level of public scrutiny SANRAL is exposed

Environmental management policies in achievement of SANRAL’s primary objectives are pursued Consulting engineers to oversee compliance to standards by contractors

4 Expanded training Reputation Risk Adequate funding in contract Pro-active awareness for training need

5 Proficient consulting services (Project Management)

Inadequate knowledge transfer within companies.

Knowledge transfer and capacity building Project managers closely monitor contractors and consulting resident engineers.

6 All payments are accurate and valid.

Actual project progress does not correlate payment certificate. Collusion between the resident engineer and the contractor used as the basis of payment. Work performed without prior approval VO’s. Prov Sums used without quotes and VO approval

Site audits should be performed. All variation orders to be approved in advance for all work not covered by rates in the contract. Minimum of three quotations required for Prov Sum items.

7 Accurate and timeous cash flow projections

Cash flow projections prepared by project managers are inaccurate

Project engineers to exercise greater financial diligence in preparation of monthly/annual cash flow projections. Reasons for variance greater than 10% on monthly forecasts to be provided with each payment certificate.

8 OHS legislation Compliance Risk Safety audits 9 Equity targets. Employment Equity

targets have not been met

Awareness of economic Empowerment and job creation results should be improved